Bid Document

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 34

EXPRESSION OF INTEREST

(EOI)

Title of Consulting Service: Preparation of Detailed


Project Report(DPR) including IEE of Province Level
Training Center,Kanakasundari RM,Jumla

Method of Consulting Service: National

Project Name : Preparation of Detailed Project Report(DPR) including IEE of


Province Level Training Center,Kanakasundari RM,Jumla
EOI : IDO/JUMLA/EoI/01/2080/081
Office Name: Infrastructure Development Office, Jumla
Office Address: Khalanga Chandannath Jumla

Funding agency : Government Budget


Abbrevation

Abbreviations
CV - Curriculum Vitae
DO - Development Partner
EA - Executive Agency
EOI - Expression of Interest
GON - Government of Nepal
PAN - Permanent Account Number
PPA - Public Procurement Act
PPR - Public Procurement Regulation
TOR - Terms of Reference
VAT - Value Added Tax
Table of Contents

Section I. A. Request for Expression of Interest 4


Section II. B. Instructions for submission of Expression of Interest 6
Section III. C. Objective of Consultancy Services or Brief TOR 8
Section IV. D. Evaluation of Consultant's EOI Application 21
Section V. E. EOI Forms and Formats 24
A. Request for
Expression of Interest
Request for Expression of Interest
Government of Nepal (GoN)
Name of Employer: Infrastructure Development Office, Jumla

Date: 11-01-2024 00:00

Name of Project: Preparation of Detailed Project Report(DPR) including IEE of Province Level Training Center,
Kanakasundari RM,Jumla
1. Government of Nepal (GoN) has allocated fund toward the cost of Preparation of Detailed Project Report(DPR) including IEE
of Province Level Training Center,Kanakasundari RM,Jumla and intend to apply portion of this fund to eligible payments
under the Contract for which this Expression of Interest is invited for National consulting service
2. The Infrastructure Development Office, Jumla now invites Expression of Interest (EOI) from eligible consulting firms
(“consultant”) to provide the following consulting services: Preparation of Detailed Project Report(DPR) including IEE Report
Preparation of Province Level Training Center,Kanakasundari RM,Jumla
3. Interested eligible consultants may obtain further information and EOI document free of cost at the address Infrastructure
Development Office, Jumla,Infrastructure Development Office, Jumla
Khalanga
Chandannath, Jumla
Karnali Province
Nepal during office hours on or before 25-01-2024 12:00 or visit e-GP system www.bolpatra.gov.np/egp or visit the client’s
website [Client Website]
4. Consultants may associate with other consultants to enhance their qualifications.
5. Expressions of interest shall be delivered online through e-GP system www.bolpatra.gov.np/egp or manually to the address
[insert: Name of the client and address] on or before 25-01-2024 12:00
6. In case the last date of obtaining and submission of the EOI documents happens to be a holiday, the next working day will be
deemed as the due date but the time will be the same as stipulated.
7. EOI will be assessed based on Qualification 45.0 %, Experience 45.0 %, and Capacity 10.0 % of consulting firm and key
personnel. Based on evaluation of EOI, only shortlisted firms will be invited to submit technical and financial proposal through
a request for proposal.
8. Minimum score to pass the EOI is 70
B. Instructions for Submission of Expression of Interest
Instructions for Submission of Expression of Interest
1. Expression of Interest may be submitted by a sole firm or a joint venture of consulting firms and the maximum number of
partners in JV shall be limited to three.
2. Interested consultants must provide information indicating that they are qualified to perform the services (descriptions,
organization and employee and of the firm or company, description of assignments of similar nature completed in the last 7
years and their location, experience in similar conditions, general qualifications and the key personnel to be involved in the
proposed assignment).
3. This expression of interest is open to all eligible consulting firm/person/ company/ organization.

4. In case, the applicant is individual consultant, details of similar assignment experience, their location in the previous 4 years and
audited balance sheet and bio data shall be considered for evaluation.
5. The assignment has been scheduled for a period of 3 months. Expected date of commencement of the assignment is 11-03-
2024.
6. A Consultant will be selected in accordance with the QCBS method.

7. Expression of Interest should contain following information:

(i) A covering letter addressed to the representative of the client on the official letter head of company duly signed by
authorized signatory.
(ii) Applicants shall provide the following information in the respective formats given in the EOI document:

• EOI Form: Letter of Application (Form 1)


• EOI Form: Applicant’s Information (Form 2)

• EOI Form: Work Experience Details (Form 3(A), 3(B) & 3(C))

• EOI Form: Capacity Details (Form 4)

• EOI Form: Key Experts List (form 5).

8. Applicants may submit additional information with their application but shortlisting will be based on the evaluation of
information requested and included in the formats provided in the EOI document.
9. The Expression of Interest (EOI) document must be duly completed and submitted by electronically only using the forms and
instructions provided by the system.
10. The completed EOI document must be submitted on or before the date and address mentioned in the “Request for Expression of
Interest”. In case the submission falls on public holiday the submission can be made on the next working day. Any EOI
Document received after the closing time for submission of proposals shall not be considered for evaluation.
C. Objective of Consultancy Services or Brief TOR
प्रदे श सरकार
Province Government
Ministry of Physical Infrastructure and Urban Development
Birendranagar, Surkhet
Karnali Province, Nepal

Terms of Reference (ToR)


for

Consulting Services for preparation of Detailed Project Report (DPR) and IEE Report
Preparation of
Province Level Training Center
Terms of Reference (ToR)
for
Consulting Services for preparation of Detailed Project Report (DPR) and
IEE Report Preparation of
Province Level Training Center
1. Background
The Constitution of Nepal, 2072 has implemented a three-level federal system of governance in
the country. Province government has been established with specific power and authority stated in
the constitution. Ministry of physical Infrastructure and Urban Development (MoPIUD) is one of
the ministries under Karnali province government and as per Province Government (Division of
Work) Regulations, 2074 approved by the Karnali province, it has been assigned the role of
planning, development and management province-level physical infrastructure, , transportation,
public roads, physical management of province government offices and infrastructure management
within the province, urban development planning and infrastructure construction, operation, and
maintenance etc.

For the effective implementation of overall roles and responsibilities of all province government
ministries including above, the province government has to establish a province level training
center (CD service provider) for capacity development of province and local government and its
institutions. Recently it is being initiated through province center of good governance (PCGG)
managed through PLGSP framework. In near future, The PCGG will be established as semi-
autonomous institutions under the PGs through a charter (Act) passed by the Provincial Assembly.
It will also serve as back stopper and resource pool, whilst offering coaching and mentoring
services to provincial agencies and local governments, along with the provision of both demand-
driven as well as supply driven trainings. PCGG is envisaged to be the center of excellence with a
strong presence in the field of management training right from its inception and has wide range of
extension of this sector of capacity development.

For the institutional arrangement of such province level capacity development, a province level
training center is planned to be constructed in Khichhanechaur at Kanakasundari rural municipality
of Jumla district. Without being limited to the present scope of PCGG, it is also envisioned as a
high altitude training center as well as reflector of local Sinja civilization in all its aspects of
operation. MoPIUD is leading the preparatory tasks for it and master plan as well as detail project
report of the training center will be prepared under its assignment. This ToR is prepared for
procurement of consulting service for the mentioned tasks those briefly elaborated in this ToR
below.
2. Objective
The objectives of the assignment are to prepare the Master Plan with DPR, Drawings, Cost
Estimate for province level training center. However, the following specific objective is to be
contented on the proposed task:
 To carry out detailed topographic survey and map of the areas (in appropriate scale);
 Carrying out the detailed geotechnical investigations, and possible multi-hazard risk
assessment of the project site and incorporate the findings in the design process to make
the construction multi-hazard resilient;
 To prepare detail master plan with all physical/management infrastructures required in
the proposed scope of work that includes detailed engineering survey and design for all
the components of infrastructures;
 To prepare engineering design and analysis of the infrastructure depicting the local
civilization, architecture and using local construction technology and materials;
 To prepare working drawings of infrastructures that include Plan, Section, Elevation
and Perspective view in color format along with soft copies;
 To prepare overall cost estimates of the project;
 Preparation of schematic drawings, 3D Master plan, cost estimate and Infrastructure
development plan;
 To analyze the project management model and suggest best efficient project
management model;
 To prepare Initial Environmental Examination (IEE) of project area to ensure
environmental safeguard.

3. Scope of the work/Working Methodology


3.1. Desk Study
3.2. Detailed Topographic Surveys
Consultant shall have to consult topographic survey project area to determine and understand the
detailed land profiles and features.
 Conduct an engineering survey of the site to prepare a topographic map of the site using
survey tools such as total station, theodolite, and other necessary equipments.
 The map should be prepared in 1:1000 scale with the following features
 Should show major contours in 2 m interval and minor contour in 0.10 m interval
 Establish benchmark and transfer it in appropriate intervals.
 Indicate spot levels and contour labels.
 Indicate all the existing features of the site.
 Should incorporate at least 4 nos. of land profile and cross‐section of the site.
 A comparative study should be done with the cadastral map and should be
mentioned clearly in the survey report.
 The final submission of the map should be made in the softcopy with 3 sets of hard copies.

3.3. Soil Survey Works


The consultant shall prepare appropriate methods and implement soil survey works for
structures/building foundation in identified area separately in order that prevailing soil can sustain
erected building. The soil survey works for erection of proposed buildings upon foundation should
be according to established norms in Nepal.
The soil test will be done in prescribed sample and methodology in well recognized test lab. At
least the following activities should be covered in the part of soil test. As per field condition other
additional activities may also performed.

S.N. Description Quantity Units


A. Field work and lab work:
i) Drilling deep boreholes using percussion or core boring 45 Rm
system in soft strata such as clay and sandy soil: ( BH 3 x
15m)
ii) Conducting SPT at 1.5 m interval using auto trip hammer 9 Nos
system including collection of samples, packing ,sealing
etc.
iii) Retrieving undisturbed samples for consolidation and 3 Nos
shear strength tests for per BH
iv) Analysis of Data, bearing capacity, Seismic Analysis 1 LS
liquefaction analysis and Recommendation including
Final Report Writing
B. Laboratory Tests on soils samples- for per hole
i) Bulk Density 4 no.
ii) Sieve Analysis 4 no.
iii) Natural Moisture Content 4 no.
iv) Specific Gravity 4 no.
v) Unconfined Compression test 4 no.
vi) Hydrometer 4 no.
vii) Attergberg Limit 4 no.
viii) Consolidation Test 1 no.
ix ) Direct Shear Test 4 no

3.4. Master Plan


A master plan of the proposed area for training center should be prepared including architectural
plan, landscape architecture document, geo-graphic representation of the arrangement of building
footprint, travel ways, parking, drainage facilities, sanitary sewer lines, water lines, trails,
power/lighting, landscaping and garden elements. It should also cover the digitizing of the
existing land use system, current physical infrastructures (if any) and planning of the necessary
infrastructures and facilities to develop the training center requirements.

The proposed major facilities may include but not limited to as per below:

 Major structure includes


• Training hall infrastructures
• Administrative/Management Buildings
• Laboratory blocks
• Residential infrastructures (Separate boys and girls trainee hostels)
• Staff quarters
 Other infrastructures and services
• Access Road and drainage works
• Compound wall and security guard blocks
• Retaining wall
• Electricity, water supply/rain water harvesting and waste management
services, renewable energy facilities
• Recreational area, yoga hall, fitness center
• Children blocks
• Landscaping including parking areas and garages for vehicles
• Emergency firefighting/disaster management units
• Other associated etc
3.5. Architectural Works
The consultant shall prepare appropriate architectural design using applicable/suitable software
and drawings using applicable/established norms that suit space requirements as per Regulation/s
in Nepal. The structures proposed shall be amenable to nearby existing buildings (if any) and
surroundings in terms of harmony, form and function considering the institution as symbol of
state of the art. The materials to be proposed to use shall be economical and meet standard norms
as applicable/established in Nepal. Further, disaster management considerations for safety and
sustainability of proposed infrastructures must be taken into account.
It should include architectural and engineering design and working drawings for the construction
of all the major infrastructure and supporting infrastructures. The detailed drawings must include
architectural, structural, electrical, water supply and sanitary including the landscape design in
compliance with the prevailing Nepal National Building code and other relevant national/
international code and practices.
3.6. Structural Analysis and Design
The structural analysis of designed buildings should be made using applicable/established software
in Nepal. The load calculation for institutional buildings should be as per applicable/established
norms and Regulation/s in Nepal. During analysis, two additional storied loads should be
considered in order for future implementation. The design of structural section should further be
economical and practical to implement. Therefore, consultant should bear in mind the due
consideration to standard construction practices in Nepal. The consultant shall then prepare
detailed methods, drawings and maps suitable to easy, effective and efficient erection of
institutional buildings.

3.7. Construction Safety Plan


During construction activities for building erection, the consultant should consider and propose
methods of construction safety as per rules and regulations prevailing in Nepal.
3.8. Bill of Quantity and Cost Estimate
The consultant shall clearly produce detailed quantity of items to be procured during project
estimation works. The cost estimate must be made based on prevailing rate and rate analysis.

3.9. Format of deliveries (Detail requirements of the design, drawings and reports are
listed below):
a. Architectural Working Drawings
 Site plan (1:200) (must show at least site layout, setbacks, land uses and features of
land around the site, spot levels and contours, pavement and landscaping work,
location of services (water tank, soak pit, septic tank, and placenta pit), entrance gate,
north orientation, fencing, etc.
 Floor plans (1:100)
 Furniture layout plans (1:200)
 Finishing schedule plans (1:200)
 Four side Elevations (1:100)
 Longitudinal sections (at least from two direction cutting staircase)
 Door and window schedule with counts and detailed drawings and specifications.
 Typical wall section details
 Blow up details (Staircase; toilets; sill, lintel, parapet, overhangs, ducts, expansion
joint, flooring, roofing and counter detail; low walls or partitions detail; handrail; any
other if required to illustrate any design idea other than mentioned here need to be
prepared.
 Blow up details and sections should be cross-referenced with the related small-scaled
drawings and key plans.
 Design report
b. Detail Structural Working Drawings
 Detailed Drawing of foundation (Isolated, combined or raft/ pile if necessary)
 Column Layout plans, Column Details
 Beam-Column Junction Details
 Water Tank detail and drawing
 Tie Beam, Toe wall, Sill Band, Lintel Band & parapet band detail drawing
 Beam Layout plan
 Beam sections
 Slab Reinforcement Details
 Staircase Details
 Other Roofing like Truss details if required
 Ramp details
 Retaining wall detail
 Other necessary details as required
 Design report
c. Detailed Electrical Design and Drawings
 Lighting and fan layout plan
 Power (general and AC point) layout plan
 Telecommunication and networking cable layout plan
 Power backup system plan
 Sound system plan
 Fire alarm system
 AC unit plan
 Lightning arrester and earthing detail
 Main Distribution and distribution board design (single line diagram)
 A sheet of drawings specifying the standard dimension and position for the placement
of the switches, plug sockets, height of hanging light, or wall light.
 Design report
d. Detailed Water Supply, Sanitary and firefighting System Design and Drawings
 Soil and waste pipe layout plan (specifying required slope)
 hot water and cold-water layout plan
 Rainwater harvesting plan and details.
 Section details of piping at the critical locations such as ducts bends etc.
 Isometric illustrations for the piping
 Toilets and other sanitary fixtures layout plan
 Blowup sections showing fixtures specifying height from the floor and floor slopes.
 Septic tank and soak pit details
 Storm water flow in the site plan.
 A sheet of drawings specifying the standard dimension and position for the placement
of the fixtures and fittings.
 Firefighting system
 Design report
e. Detailed Landscape Design and Drawings
 Landscape plan layout
 3D visualization
 Working details of landscape furniture, pavements, curbs, etc.
 Design report explaining the design concept and specifications of the items.
 A sheet of drawings specifying the standard dimension and position.
f. Design Report
The consultant shall submit a detail engineering survey report, geotechnical investigations report,
master plan report, architectural design process report, structural design analysis report, electrical
design report, and sanitary design report as part of the DPR.
g. Consideration on Environment Protection
The project work should incorporate environmental concepts such as avoiding/ minimizing
adverse environmental impacts, recycling or reusing and proper handling of wastes, making
optimal use of natural systems (such as solar energy and natural lights), health & safety as well as
accident/ emergency management measures, contributing to positive environmental aspects (such
as recharging groundwater) etc. The proposed plan and designs should be screened for any
environmental risks. The consultant will suggest appropriate measures in the design for protection
of surrounding environment. Environmental and Social Management Framework for
Implementation of Building Resilience to Climate Related Hazards (2012) as well as the GoN
environmental policies, Province Environmental Protection Act and Environmental Protections
Rules should be followed. As per the scale and scope of the planned project, the consultant should
suggest the appropriate environment study as per the prevailing environment act and regulation of
province.
h. Consideration of local culture, civilization and local employment generation
The design concept should incorporate the reflection of local cultural aspects, Sinja Valley
civilization trends and other local monuments promotion/protection strategy. The technology
transfer should not contradict with the traditional ecological knowledge of local people. The design
should be focused on local employment generation and local material consumption.
i. Initial Environmental Examination (IEE): a. Prepare Environmental examination report to
analyse the direct and indirect impact of infrastructure development to surroundings. b.
Analyse the physical, biological, zoological socio-economic impact due to project. c. To
find the governmental acts and norms related to Environmental protection in compliance
with this.

4. Deliverables against the envisaged timeframes


The following table lists the kay deliverables against envisioned timeframe.

Steps Main Deliverables Estimated time, days


1 Inception Report with Work schedule 15
First consultation with Client and discussion
2 ToR of IEE Report 15
3 Soil Survey output 45
4 Master Plan 60
5 Draft final report and Draft IEE Report 90
6 Final report of DPR and IEE Report. 120
5. Qualification, Experience, Responsibilities and Estimated inputs of Key Personnel

SN Position Minimum Qualification Minimum Intermitte


Experience nt
Man-
month
A Key Experts
1 Team Leader Masters in Architecture/ Urban 7 years’ work 4
planning / Urban design/ Landscape experience in
design/ Infrastructure planning/ City relevant work
Planning/Structure engineering or
equivalent
2 Senior Architect Masters in Architecture/ Urban 5 years’ work 4
planning / Urban design/ Landscape experience in
design/ Infrastructure planning/ City relevant work
Planning/ or equivalent
3 Structure Engineer Masters in Structure or earthquake 5 years’ work 2
engineering or equivalent experience in
relevant work
4 Geotechnical Masters in Geotechnical Engineering 5 years’ work 1.5
Engineer experience in
relevant work
7 Sanitary Engineer Masters in Water supply/ Sanitary/ 5 years’ work 1.0
Environmental Engineering with experience in
Bachelor’s degree in civil or sanitary relevant work
engineering.
8 Electrical Engineer Bachelors in electrical engineering 5 years’ work 1.0
experience in
relevant work
9 Mechanical Engineer Bachelors in mechanical engineering 5 years’ work 1.0
or industrial engineering or experience in
equivalent relevant work
10 Quantity Bachelor in civil or quantity survey 5 years’ work 3
Surveyor/Civil engineering experience in
Engineer relevant work
11 Environme ntalist/ Masters in Environmenta l Science/ 5 years’ Experience 3
Forest Specialist M.Sc. in environmenta l Engineering in Environmental
or Equivalent Studies for
infrastructure
development
works.
B Non key Experts
1 Surveyor Diploma in civil engineering or 3 years’ work 2
survey engineering experience in relevant
work
2 Draft person Diploma in civil or architect 3 years’ work 2
experience in relevant
work
3 Supporting staff NA NA 3

6. Consultants Evaluation:
EOI will be assessed based on Qualification 45.0 %, Experience 45.0 %, and Financial and
Capacity 10.0 % of consulting firm and key personnel. Based on evaluation of EOI, only
shortlisted firms will be invited to submit technical and financial proposal through a request
for proposal.

The selection process after Request for Proposal will be based on QCBS system. The
weightage of financial proposal will be 10% out of total. The remaining 90% of the score will
be considered 100% and evaluated as per following score distribution. The overall technical
score will be converted to 90% for final evaluation.
The consultant can submit the proposal as stand-alone or as JV/association with other
consultant. The consultant or JV should secure at least 70% score to be eligible in technical
proposal evaluation. The following will be the evaluation criteria for the technical proposal.

7. Other Considerations
Province Government, Ministry of Physical Infrastructure and Urban Development in
Karnali Province, Nepal will assist the consultant on following aspects:
 Orientation: The Province Government, Ministry of Physical Infrastructure and Urban
Development will orient the consultant on the concept and objectives of the project,
specifically the preparation of the Detailed Project Report (DPR) for the Province Level
Training Center. This will help the consultant understand the goals and requirements of the
project.
 Data/Information: The Province Government can provide data, information, reports, and
references related to the Province Level Training Center, subject to availability. This will
assist the consultant in conducting a comprehensive study and preparing an accurate DPR.
 Facilitation/Guidance: Officials from the Province Government will facilitate and guide
the consultant throughout the project, within the limits of their availability of time and
resources. This support can include providing necessary guidance, access to relevant
stakeholders, and assistance in navigating administrative processes.
 Feedback and Inputs: The Province Government will provide timely feedback and inputs
on the consultant's work. This ensures that the DPR aligns with the government's
requirements and expectations.
 Space for Discussions and Meetings: Upon request, the Province Government may provide
space for discussions and meetings related to the project. This can include arranging
meetings with relevant stakeholders, conducting workshops, or providing a suitable venue
for project-related interactions.
 Focal Person: A designated focal person from the Ministry of Physical Infrastructure and
Urban Development will serve as the primary point of contact for coordination and
communication with the consultant. The consultant can liaise with this individual for any
necessary coordination, information exchange, or clarifications.

Overall, the Province Government, Ministry of Physical Infrastructure and Urban


Development, is committed to supporting the consultant in preparing the Detailed Project
Report for the Province Level Training Center. They will provide necessary resources,
guidance, and communication channels to ensure the successful completion of the project.

Core Team:
In the cases where, due to unforeseeable reasons and/or exigencies, the Consulting firm needs
to replace an expert of the team, the request for replacement shall be submitted to the client
in writing at least 1 week in advance, duly justifying the request for replacement. The
replacing expert(s) should possess all the required qualifications, stipulated in this Terms of
Reference and the qualifications of the replaced expert(s).
In the cases, where the Consulting firm fails to mobilize the required expert(s) on time and/or
the expert(s) committed by the Consulting firm for execution of the activities, stipulated in
this Terms of Reference, is absent a penalty per day per expert will be applied as per applied
rule.

8. Clearance of work plans and Approval of Deliverables


The work plans should be cleared by the client. The deliverables are also to be approved by
the client. It is critical that all deliverables to be submitted by the Consulting firm to the client
are done so in a timely manner in written form. The approvals will be provided by the client
also in writing.

9. Media of Submission of Deliverables


All deliverables to be submitted by the Consulting firm should be submitted to the client in
hard and soft copies in at least three sets in English. The soft copies should be provided in pen
drivers (1). All the files in the soft copies should be free from any passwords that would
prevent the reviewers and readers from opening, reviewing, editing and saving such
documents. All the formulae should be visible, traceable and unlocked. All the maps/drawings
and reports should be delivered by using the highest quality materials (i.e. papers). Additional
clarifications will be provided to the Consulting firm at the time of signature of the Contract.
The database should be installed in one of the computers of the client with the provision to
install in other computers when necessary.

10. Payment Schedule


The payment will be made upon completion and acceptance of the deliverables as per the
following schedule.
Inception Report: 30% payment
Draft Report: 30%
Draft Final Report: 20%
Final Report: 20% payment (Maximum)
D. Evaluation of Consultant’s EOI Application
Evaluation of Consultant’s EOI Application
Consultant’s EOI application which meets the eligibility criteria will be ranked on the basis of the Ranking Criteria.

i) Eligibility & Completeness Test


Sl. No. Criteria Title Compliance

1 Corporate Registration

2 Tax Clearance/Tax Return Submission For Fiscal Year 2079/080

3 VAT/PAN Registration

4 EOI Form 1: Letter of Application

5 EOI Form 2: Applicant’s Information Form

6 EOI Form 3: Experience (3(A) and 3(B))

7 EOI Form 4: Geographical Competence:

8 EOI Form 5: Qualification of Key Experts

9 In case of a natural person or firm/institution/company which is already declared blacklisted and


ineligible by the GoN, any other new or existing firm/institution/company owned partially or fully
by such Natural person or Owner or Board of director of blacklisted firm/institution/company;
shall not be eligible consultant.
10 If the corruption case is being filed to Court against the Natural Person or Board of Director of the
firm/institution /company or any partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV shall not be eligible to participate in procurement
process till the concerned Court has not issued the decision of clearance against the Corruption
Charges.

ii) EOI Evaluation Criteria


A. Qualification

Sl. No. Criteria Minimum Requirement

"Years of experience>= 15 years-3.5 marks; 7-10 years-2 marks;


1 Qualification of Key Experts
<7 years -0 marks.
2 Experience of Key Experts 5 Number of Specific Project, 1.30 marks per Project

Score: 45.0

B. Experience

Sl. No. Criteria Minimum Requirement

Registration of the firm (Evaluation of the Lead Firm with years


1 General Experience of consulting firm of operation after registration) >9 years-7.5 marks ,7-9 years-5
marks, 5-7 years-3.5 marks, <5 years-0 marks
General Work Experience of the firm ( Design of Building
Specific experience of consulting firm within last 7 years.
Project in last seven years Max. number of project =5 projects
2 In case of person, specific experience of the person within
1.5 marks for each project
last 4 years.

Experience of the firm in Architectural Design, Structure


Analysis, Electrical Work Cost estimate & preparation of
master plan of tourism development project /Park with
3 Similar Geographical experience of consulting firm landscaping of value greater than 10 lakhs within last 7 years (5
Marks for each project) (Building Project in last seven years
without geotechnical analysis - 2.5 marks for each project,"
Score: 45.0

C. Capacity

Sl. No. Criteria Minimum Requirement

Average Annual Turnover ; > 60 Lakhs - 8 Marks; 40-60 Lakhs


Financial Capacity.[Average turnover required shall not
1 - 7 marks; 20-40 Lakhs - 6 Marks; <20 Lakhs -0 Marks
exceed 150% of cost estimate]

Infrastructure/equipment related to the proposed


Logistics and Office Facilities of the firm At least Office Space -
assignment.[This Evaluation criteria should be deleted if
2 75 m2 (with plan and agreement); Computer - 2 nos.; total
infrastructure/equipment are not the part of the proposed
station - 1 nos (with VAT Bill)
assignment]

Score: 10.0

Minimum score to pass the EOI is: 70


Note : If the corruption case is being filed to Court against the Natural Person or Board of Director of the firm/institution /company or any partner of JV, such
Natural Person or Board of Director of the firm/institution /company or any partner of JV such consultant’s proposal shall be excluded during the evaluation.
E. EOI Forms & Formats
E. EOI Forms & Formats

Form 1. Letter of Application

Form 2. Applicant’s information

Form 3.Experience (General, Specific and Geographical)

Form 4. Capacity

Form 5. Qualification of Key Experts


Standard EOI Document

1. Letter of Application

(Letterhead paper of the Applicant or partner responsible for a joint venture, including full
postal address, telephone no., fax and email address)

Date: ..........................

To,
Full Name of Client: __________________________
Full Address of Client: ________________________
Telephone No.: ______________________________
Fax No.: ____________________________________
Email Address: _______________________________

Sir/Madam,

1. Being duly authorized to represent and act on behalf of (hereinafter "the Applicant"), and
having reviewed and fully understood all the short-listing information provided, the
undersigned hereby apply to be short-listed by [Insert name of Client) as Consultant for
{Insert brief description of Work/Services}.

2. Attached to this letter are photocopies of original documents defining:

a) the Applicant's legal status;


b) the principal place of business;

3. [Insert name of Client] and its authorized representatives are hereby authorized to verify
the statements, documents, and information submitted in connection with this application.
This Letter of Application will also serve as authorization to any individual or
authorized representative of any institution referred to in the supporting information, to
provide such information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to the resources,
experience, and competence of the Applicant.

4. [Insert name of Client) and its authorized representatives are authorized to contact
any of the signatories to this letter for any further information.1

5. All further communication concerning this Application should be addressed to the following
person,

[Person]

[Company]

[Address]

[Phone, Fax, Email]

6. We declare that, we have no conflict of interest in the proposed procurement proceedings


and we have not been punished for an offense relating to the concerned profession or

1
Applications by joint ventures should provide on a separate sheet, relevant information for each party to the
Application.
Standard EOI Document

business and our Company/firm has not been declared ineligible.

7. We further confirm that, if any of our experts is engaged to prepare the TOR for any ensuing
assignment resulting from our work product under this assignment, our firm, JV member or
sub-consultant, and the expert(s) will be disqualified from short-listing and participation in
the assignment.

8. The undersigned declares that the statements made and the information provided in the duly
completed application are complete, true and correct in every detail.

Signed :

Name :

For and on behalf of (name of Applicant or partner of a joint venture):


Standard EOI Document

2. Applicant’s Information Form


(In case of joint venture of two or more firms to be filled separately for each constituent
member)

1. Name of Firm/Company:

2. Type of Constitution (Partnership/ Pvt. Ltd/Public Ltd/ Public Sector/ NGO)

3. Date of Registration / Commencement of Business (Please specify):

4. Country of Registration:

5. Registered Office/Place of Business:

6. Telephone No; Fax No; E-Mail Address

7. Name of Authorized Contact Person / Designation/ Address/Telephone:

8. Name of Authorized Local Agent /Address/Telephone:

9. Consultant’s Organization:

10. Total number of staff:

11. Number of regular professional staff:

(Provide Company Profile with description of the background and organization of the
Consultant and, if applicable, for each joint venture partner for this assignment.)
Standard EOI Document

3. Experience

3(A). General Work Experience


(Details of assignments undertaken. Each consultant or member of a JV must fill
in this form.)

S. Name of Location Value of Year Client Description of work carried


N. assignment out
Contract Completed

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

3(B). Specific Experience

Details of similar assignments undertaken in the previous seven years


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

Assignment name: Approx. value of the contract (in current NRs;


US$ or Euro)2:

Country: Duration of assignment (months):

Location within country:

Name of Client: Total No. of person-months of the assignment:

Address: Approx. value of the services provided by your


firm under the contract (in current NRs; US$ or
Euro):

Start date (month/year): No. of professional person-months provided by


the joint venture partners or the Sub-
Completion date (month/year): Consultants:

Name of joint venture partner or Narrative description of Project:


sub-Consultants, if any:

Description of actual services provided in the assignment:

Note: Provide highlight on similar services provided by the consultant as


required by the EOI assignment.

Firm’s Name:

2
Consultant should state value in the currency as mentioned in the contract
Standard EOI Document

3(C). Geographic Experience

Experience of working in similar geographic region or country


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

No Location Execution Year


Name of the Project (Country/ Region) and Duration

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

4. Capacity
4(A). Financial Capacity
(In case of joint venture of two or more firms to be filled separately for each constituent
member)

Annual Turnover

Year Amount Currency

- Average Annual Turnover

(Note: Supporting documents for Average Turnover should be submitted for the above.)
Standard EOI Document

4(B). Infrastructure/equipment related to the proposed assignment3


No Infrastructure/equipment Requirements Description
Required

1.

2.

3.

4.

5.

3 Delete this table if infrastructure/equipment for the proposed assignment is not required.
Standard EOI Document

5. Key Experts (Include details of Key Experts only)

(In case of joint venture of two or more firms to be filled separately for each
constituent member)
Specific
Highest Work Experience Work
SN Name Position Nationality
Qualification (in year) Experience
(in year)
1

(Please insert more rows as necessary)

You might also like