expression of interest (eoi) - nso.gov.np
TRANSCRIPT
EXPRESSION OF INTEREST
(EOI)
Title of Consulting Service: NSO/EOI-01/076-77
Method of Consulting Service: National
Project Name: Feasibility Study of Navigation along Kaligandaki River
from Ramdi to Devghat
EOI : NSO/EOI-01/076-77
Office Name: Nepal Shipping Office
Office Address: Ekantakuna, Lalitpur
Funding agency: Government of Nepal
Abbreviations
CV - Curriculum Vitae
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
Section I.
Contents
A. Request for Expression of Interest
4
Section II. B. Instructions for submission of Expression of Interest 6
Section Ill. C. Objective of Consultancy Services or Brief TOR 8
Section IV. D. Evaluation of Consultant's EOI Application 15
Section V. E. EOI Forms and Formats 18
A. Request for
Expression of Interest
Request for Expression of Interest
Government of Nepal (GoN)
Name of Employer: Nepal Shipping Office
Date: 19-01-2020 (Magh 5, 2076)
Name of Project: Feasibility Study of Navigation along Kaligandaki River from Ramdi to Devghat
1. Government of Nepal (GoN) has allocated fund toward the cost of Feasibility Study of Navigation along Kaligandaki River from
Ramdi to Devghat 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 Nepal Shipping Office now invites Expression of Interest (EOI) from eligible consulting firms (“consultant”) to provide the
following consulting services: Feasibility Study of Navigation along Kaligandaki River from Ramdi to Devghat.
3. Interested eligible consultants may obtain further information and EOI document free of cost from the following address during
office hours on or before 02-02-2020 (Magh 19, 2076).: Nepal Shipping Office
Ekantakuna, Lalitpur, Tel: 01-5193516
Web: www.nso.gov.np
4. Consultants may associate with other consultants to enhance their qualifications.
5. Expressions of interest shall be delivered through e-GP system www.bolpatra.gov.np/egp on or before 12:00 hours 03-02-2020 (20 Magh, 2076).
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 40.0 %, and Capacity 15.0 % 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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Expression of Interest may be submitted by a sole firm or a joint venture of consulting firms.
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).
This expression of interest is open to all eligible Consulting Firm.
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.
The assignment has been scheduled for a period of about 4 months. Expected date of commencement of the assignment is
22-03-2020 (Chaitra 9, 2076).
Firms shall be assessed and compared using criteria relevant to assignment as stated in Terms of Reference, hence the firm shall
submit documents required to support with evidence so as to demonstrate the qualification and experiences of the firm. A
Consultant will be selected in accordance with the Quality Based Selection (QBS) method set out in prevailing Procurement Act
and Rules. Only the selected/shortlisted firms shall be asked to submit separate Technical and Financial proposals based on
Request for Proposal (RFP) for the assignment and, those firm/s whose Technical scores are declared successful shall be informed
to open the financial proposal/s prior to final listing of selection. The firm scoring highest in QBS shall be invited to negotiate a
contract. Both technical and financial aspects of the proposal may be negotiated.
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).
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.
The Expression of Interest (EOI) document must be duly completed and submitted in sealed envelope and should be clearly
marked as “EOI Application for Short-listing for the Feasibility Study of Navigation along Kaligandaki River from Ramdi to
Devghat. The Envelope should also clearly indicate the name and address of the Applicant.
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
Terms of Reference
1 Background Nepal is one of the richest countries in water resource in the world. There are about 6000 rivers and rivulets
in Nepal, having a total drainage area of 194,471 square kilometres, 45.7% of which lies in Nepal. There are
33 rivers whose drainage area exceeds 1000 sq km. Rivers in Nepal can be typically classified in three types
depending on their discharge. The Kosi, Gandaki, Karnali and Mahakali river systems originate in the
Himalayas and carry snow-fed flows with significant discharge even in the dry season. So there is high
possibility of river navigation in Nepal.
The Mechi, Karnali, Kamala, Bagmati, West Rapti and Babai rivers originate in the midlands or Mahabharat
range of mountains and are fed by precipitation as well as by ground water regeneration. These rivers are
also perennial but are characterised by a wide seasonal fluctuation in discharge. Apart from these river
systems, there are large numbers of small rivers in the Terai, which originate from the Southern Siwalik range
of hills, and are seasonal with little flow during the dry season, but are characterised by flash floods during
the monsoon. Most of the rivers originate from the Himalayan range within Nepal, while some originate from
the Tibetan Plateau; all these rivers drain southwards to the Ganges in Northern India and ultimately into the
Bay of Bengal. The Mechi and Mahakali rivers form the eastern and western boundaries with India and the
other rivers flow to India, being transboundary in nature. So, there is huge possibility of water navigation
transport in Nepal.
Waterways provide enormous advantages as a mode of transport compared to land and air modes of
transports. Water navigation is cheaper in capital cost as the cost of developing an inland waterway is 5-10%
of the cost developing an equivalent railway or transport infrastructure. water navigation has cheaper
maintenance cost. The maintenance cost of an inland waterway is only 20% of the maintenance cost of an
equivalent roadway. The main expenses associated with waterway maintenance include dredging and
invasive species control. Water navigation has greater fuel efficiency for large freight. It is estimated that 1
liter of fuel can move 105 ton-km by inland water transport. Whereas the same amount of fuel can move only
85 ton-km by rail and 24 ton-km by road. By air, it is even less. Moreover, water navigation system Is safety
means of transport. Since inland water transport is less risky as compared to other means of transport, mainly
due to far less traffic and slower speeds. So, there is high possibilities of river navigation in major big rivers of
Nepal. Jet boat service has come into operation in the Saptakoshi River to carry devotees to Sunsari’s popular
religious site Barah Kshetra. Jet boat is all set to facilitate travellers and tourists to visit various places of
Udayapur, Bhojpur and Dhankuta through river route of Saptakoshi from Chatara. The study commissioned
by the Ministry of Physical Infrastructure and Transport suggests that operating transport in the Koshi,
Gandaki and Bheri rivers are only non-commercially utilized to ferrying goods and people.
Here, the study of river navigation in Kaligandaki river has been put forward. The study will see the prospect
of river navigation from Ramadi to Devghat in this Kaligandaki corridor.
2 Objective of the Consulting Service
The main objective of the consulting service is to prepare the feasibility study of water navigability along the
Kaligandaki river from Ramdi to Devghat.
3 Scope of Service
The Consultant shall undertake all necessary surveys and studies to fulfil the above mentioned objectives of
the consulting service. The scope of the services are, but not limited to the followings:
a. Carry out bathymetric survey, including river cross sections at 500 m interval and
longitudinal section along the thalweg (deepest part) of the river
b. Carry out topographic survey of ghat locations
c. Carry out traffic study (human and cargo transports) along the river route as well as of
connecting road network
d. Carry out hydrological studies
e. carry out hydraulic study by developing a 1dimensional model including assessment of
sedimentation
f. Study navigability for different capacity boats/ships, and propose solutions to ensure
water depths along stretches if enough depths not found
g. Carry out socio-economic and market study of urban and rural municipalities to be
benefited from the proposed navigation
h. Carry out environmental impact assessment
i. Plan and design terminal facilities (ghats)
j. Prepare a tentative cost
k. Prepare recommendations for detailed design studies to be carried out in the future
4 Tasks
The key tasks are:
4.1 River longitudinal and ross-section surveys
The river surveys will included bathymetric survey of about 95 km long stretch of river from
Ramdi to Devghat. The bathymetric survey of the longitudinal section along the thalweg
(deepest part) of the river including river cross sections at 500 m interval shall be carried out.
Bathymetric survey will be carried out using integrated echosounder-GPS technology. Also,
land topographic surveys will be tone up to high flood levels to develop full river cross section.
The survey works shall be connected with the national geodetic points in order to prepare the
topographic maps, following survey shall also have to be carried out.
Establishment of survey monuments;
Benchmark survey;
Traverse survey within the surveyed area;
Topographical survey and prepare topographical map in appropriate scale;
The topographic map shall include the validated feasible locations in developing modern water
transport infrastructure - primarily the passenger (including those with cargo facilities) ferry
terminals with all associated facilities including user access, planning and design terminal
facilities ( ghats) for river navigation.
Feasible locations shall include -Terminals from a list of pre-selected ghats/terminals and
additional passenger (and cargo) ferry terminals in rural and urban areas as identified.
The topographic survey of different ghats located in either banks of the river stretch from
Ramdi to Devghat shall be carried.
4.2 Hydrological study
Hydrological study of Kaligandaki river shall be carried out to ascertain the clear picture of
water availability in the river during different seasons. It shall also consist of field measured
data (from DHM) to generate hydrological estimates and predictions of both high and low
flows. One time discharge measurement will be carried out at Ramdi bridge during the river
survey for calibration of hydraulic model.
4.3 Sedimentation study
Sediment study of the Kaligandaki river shall be performed. The consultant shall consider data
collection (from DHM or secondary source) for variation in sediment transport (size and
quantity) sources of sediments, locate degrading, aggrading, and stable reaches and correlate
these results with historical data and / or previous study reports to qualitatively analyse the
effects of anticipated project features. This information shall be used to determine what may
or may not work when designing navigation improvements and evaluation of dredging
requirement (if any). It shall include a determination of those reaches that are stable in depth
and width and thus provide the basis for all subsequent works to be taken up. Bed load part of
the total sediment load shall be determined using indirect approach (empirical formulae) based
on the suspended sediment sampling results or suspended data recorded from DHM or
secondary source. Sediment samples will be collected at three locations during the river survey
and analysed in laboratory for sediment gradation analysis.
4.4 Hydraulic Model study
One dimensional hydraulic model will be developed for the river stretch to simulate navigation
depths at various stages and to test different shipping load scenarios. The model will also be
used to test navigation improvement options by, such as dredging, channelization etc.
4.5 Traffic study
The features ( capacity, types) of boats/ships used in river navigation shall be studied in
concerned with the waterways of Kaligandaki river. This study shall identify standard elements
of passenger(and cargo) ferry terminal (both on the riverside and landside) which can be
standardized into elements of a state of the art and conventional passenger (and cargo) ferry
terminal, taking into account the river characteristics and the need to provide connectivity to
communities and large population clusters dependent on river transport. The minimum water
depth required for river navigation, effect of water current developed by flow, standard
waterways( river width, bank width) for river navigation, existing standard guidelines for
vessels( passenger ship, non-passenger vessels as freight vessels, tug boats, etc) will be also
assessed in this section. The connectivity of terminals to existing road network will be also
studied.
4.6 EIA and socio-economic study
Environment Impact assessment study due to river navigation shall be carried out. The river
eco-system, environmental degradation by river terminal facilities and navigation etc will be
addressed during the study. Site selection of the proposed locations along with all details for
land/asset acquisition and livelihood impacts, including ownership and estimated cost of land
will be studied. The socio-economic impact due to navigation in the local life of people and
market study of urban and rural municipalities to be benefited from the proposed navigation
will also be discussed in the study.
4.7 Design and cost estimate
Preparation of layout plan and design of the navigation improvement works and terminals shall
be prepared. Cost estimate will be prepared for terminal and navigation improvement works.
4.8 Reporting and Recommendation
Draft report including all the design, planning with tentative cost estimate shall be prepared
and submitted to the client within the estimated schedule. The report shall include the
recommendation for for detailed design studies to be carried out in the future. The final report
shall be submitted after incorporating the comments made on draft report.
5 Key Personnel & Experience Requirements
The Consultancy Team shall consist of the Professional Staff (The “Key Personnel”) who shall
discharge their respective responsibilities to deliver the overall scope of work and Deliverables
outlined as above. Consultants will provide a team of experts and support team to complete
the assignment with high quality standards. The manning schedule for key expert is listed
below.
List of expert required (minimum numbers)
S No Description Man Months
1 Team leader cum river engineer 4
2 GIS expert 1
3 Hydraulic modellign expert 1
4 Economist 1
5 Environmental expert 1
6 Junior engineers, cost sestimator, data analysist, autocad experts 5
1. Team Leader/River Engineer: The Team Leader cum river engineer will have at least a master’s degree
in Civil engineering / Water Resources engineering/Hydraulics, or a closely related field with at least 15
years of professional experience. Specific experience in design of river engineering works, river navigation
will be given preference.
2. GIS Expert: The GIS expert will have a master’s degree in GIS/Remote sensing or closely related field
with at least 10 years of experience in GIS related data analysis and mapping.
3. Hydraulic Modelling expert: The hydraulic modelling expert will have a master’s degree in water
resources/hydroinformatics or a closely related field with at least 10 years of experience in river modelling.
Proven knowledge and experience in river modelling using recognized software is a requirement.
4. Economist: The economist will have a master’s degree in economics/ finance or a closely related field
with at least 10 years of experience in socio-economic analyses of development projects. Preference will
be given to experience in transport economics.
5. Environmental expert: The environmental expert will have a master’s degree in environmental
science/engineering with at least 10 years of experience in environmental impact assessment, including
social impacts of development projects.
6. Schedule of Deliverables
The time schedule for the completion of the report is as follows:
S.N.
Description
No. of Reports to be
Submitted
Due date for submission after
effective date of contract
agreement
1.
Inception Report
3 Copies
15 days after the date of
agreement
2. River Survey Report 3 copies with data in excel format and drawings in Autocad
60 days after the date of agreement
3.
Draft Report
3 Copies
100 days after the date
of agreement
4.
Final Report
5 Copies with CD
120 days after the date
of agreement
7. Schedule of Payment
Schedule of Payment for this work will be as follows:
S.N. Description % of Contract Amount
1. After Submission and approval of Inception
Report
10%
1. After Submission and approval of Survey report and data
Report
20%
2. After Submission and approval of Draft Report 25%
3. Submission and approval of Final Report 45%
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
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: Capacity
8 EOI Form 5: Qualification of Key Experts
ii) EOI Evaluation Criteria
A. Qualification
Sl. No.
Position
Minimum Requirement
1
Team Leader / River Engineer
Minimum master’s degree in Civil engineering / Water Resources engineering/Hydraulics,
or a closely related field with at least 15 years of professional experience. Specific
experience in design of river engineering works, river navigation will be given preference.
2
GIS Expert
Minimum master’s degree in GIS/Remote sensing or closely related field with at least 10
years of experience in GIS related data analysis and mapping.
3
Hydraulic modeller
Minimum master’s degree in water resources/hydroinformatics or a closely related field
with at least 10 years of experience in river modelling. Proven knowledge and experience
in river modelling using recognized software is a requirement.
4
Economist
Minimum master’s degree in economics/ finance or a closely related field with at least 10 years of experience in socio-economic analyses of development projects. Preference will
be given to experience in transport economics.
- 2 years or more Years of Experience in Survey works/Discharge Measurement Works
5 Environmental Expert The environmental expert will have a master’s degree in environmental
science/engineering with at least 10 years of experience in environmental impact assessment, including social impacts of development projects.
Score: 45.0
B. Experience
Sl. No.
Criteria
Requirement
1 General Experience of consulting firm within last 7 years Task completed related to Civil Engineering Works
2
Specific experience of consulting firm within last 7 years.
Work related to design and costing of river engineering works, river modelling, River Cross-Section Surveys, discharge
measurement, navigational studies.
3
Similar Geographical experience of consulting firm Worked in Large rivers of Nepal.
Score: 40.0
C. Capacity
Sl. No.
Criteria
Requirement
1 Financial Capacity. Average Turnover of Last 3 fiscal year = Rs 1,00,00,000.00
2 Infrastructure/equipment related to the proposed assignment.
Bathymetric and land survey equipment (Echo sounder, DGPS,
Total Station), discharge measuring equipment.
Score: 15.0
Minimum score to pass the EOI is: 70
Note : In Case, a 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 firm’s or JV EoI shall be excluded from the evaluation, if public entity receives
instruction from Government of Nepal.
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 separa te 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. N.
Name of assignment
Location
Value of
Contract
Year
Completed
Client Description of work carried out
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:
Location within country:
Duration of assignment (months):
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):
Completion date (month/year):
No. of professional person-months provided by the joint venture partners or the Sub- Consultants:
Name of joint venture partner or sub-Consultants, if any:
Narrative description of Project:
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 Name of the Project
Location (Country/ Region)
Execution Year and Duration
1.
2.
3.
4.
5.
6.
7.
Standard EOI Document
4(A). Financial Capacity
4. 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 Required
Requirements Description
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)
SN
Name
Position
Highest
Qualification
Work Experience
(in year)
Specific Work
Experience (in year)
Nationality
1
2
3
4
5
(Please insert more rows as necessary)
Notice Published on ………………………. Daily on 2076/10/05 for
Electronic EOI
Government of Nepal
Ministry of Physical Infrastructure and Transport
Nepal Shipping Office (NSO)
Invitation for Expression of Interest (EOI)
Date of first Publication: 2076/10/05
NSO invites Expression of Interest (EOI) from eligible consulting firms (“consultant”) to provide the
following consulting services: Feasibility Study of Navigation along Kaligandaki River from Ramdi to
Devghat (Contract No.: NSO/EOI-01/076/77) and Interested eligible consultants may obtain further
information through e-GP system www.bolpatra.gov.np/egp. The dead line for submission of the
electronic EOI is 2076/10/20, 12:00 noon and it will be opened at 2:00 pm of the same day.