Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Бангладеша


Procurement Notice for Evaluation of Project (Бангладеш - Тендер #62169956)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Бангладеш (другие тендеры и закупки Бангладеш)
Организатор тендера: AFD
Номер конкурса: 62169956
Дата публикации: 10-03-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
Return to list of notices

General Information
Country: Bangladesh
City/Locality: Dhaka
Notice/Contract Number: 91509438
Publication Date: Mar 8, 2025
Deadline (local time): March 26, 2025 - 12:00
Agency: Agence Française de Développement (AFD)
Buyer: Agence Française de Développement - Buyer
Original Language: English
Contact information
Address: Agence Française de Développement
AFD Bangladesh, EHL Loqman Husain Centre, 9th Floor, 59/B, Kemal Ataturk, Banani
Dhaka 1213
Bangladesh
Telephone: +88 02 4108 1063-65
E-mail: afddacca@afd.fr
Web site:: http://www.afd.fr
Documents attachés
  • Pièce jointe: Reporting Template (101 KB; Mar 8, 2025)
  • Pièce jointe: Financial Appendix (69 KB; Mar 5, 2025)
  • Pièce jointe: Tender Letter (539 KB; Mar 8, 2025)
  • Pièce jointe: ToR of Evaluation (1176 KB; Mar 5, 2025)
  • Pièce jointe: Reporting Template (50 KB; Mar 8, 2025) Download documents
Original Text
EVALUATION OF THE SAFETY RETROFITS AND ENVIRONMENTAL UPGRADES IN THE BANGLADESHI READY-MADE GARMENTS SECTOR PROJECT (SREUP) – UPGRADING SAFETY STANDARDS AND IMPROVING THE SOCIAL AND ENVIRONMENTAL PERFORMANCE OF FACTORIES OPERATING IN THE BANGLADESHI TEXTILE SECTOR.

AFD call for the tender referred to above.
We would be grateful if you would read the bid presentation requirements set out in this tender letter and in the enclosed dossier, which consists of:
- the Terms of Reference (ToR);
- a service agreement;
- a financial appendix.

CONSULTING SERVICES FOR EVALUATION OF SREUP PROJECT

SUBJECT MATTER OF THE TENDER

The tragic collapse of Rana Plaza, which housed several textile and RMG factories, collapsed, leading to the deaths of 1,138 people and injuries to a large number of others. This tragedy came in the wake of the fire in the Tazreen Fashion factory at the end of 2012 in which more than hundred people died, as well as other previous disasters experienced by Bangladesh’s textile and RMG sector. These industrial accidents have brought the issue of workplace safety to the fore and led all stakeholders to act accordingly. Besides, international buyers become very particular about compliance with codes of conduct and safety standards as well as sustainability practices of RMG factories before placing orders. In response to those challenges, the Government of Bangladesh, and the European Development Partners (EDP) i.e. French Development Agency (AFD), European Union (EU), KFW and GIZ have mobilized support to RMG sector through the project “Program to Support Safety Retrofits and Environmental Upgrades in the Bangladeshi Ready-Made Garments (RMG) Sector Project (SREUP)”. The project is designed with a EUR 50 million credit line and EUR 14.29 million grant support for facilitating the financing of RMG factories (RMGs) in Bangladesh. The Project aims at:

• Providing credit facility for safety retrofitting, environmental & social up-gradation of RMG Industry, through Participating Financial Institutions (PFIs) ;
• Providing Technical Assistance (TA) to PFIs and RMGs to enhance the capability of investing to ensure RMG companies" full compliance with Accord, Alliance & National Tripartite Plan of Action (NTPA); and
• Enhancing the capacity of the PFIs, local service providers, RMG managers etc. in fostering the financing of RMG sector.

As part of its project evaluation framework, AFD collaborates with its partners to evaluate the projects and programmes it funds. This approach reflects AFD’s commitment to fostering dialogue on results with its partners, learning from past interventions, and providing objective information on the proper use of public funds, it is responsible for implementing. In this context, AFD aspires in relation with the Bangladesh Bank (BB) to recruit a consultant to conduct the ex-post evaluation of the project.

The primary objective of these evaluations is to provide a credible and independent judgment on key issues related to the rationale, implementation, and results of the projects. It is also expected that this evaluation will draw the lessons of this first phase (to reflect on the strengths and weaknesses as well as capitalize the achievements/areas of improvement of the project) in order to optimize the positive impacts and implementation methodology of the second phase.

The AFD invites you to submit a bid for the following services:
-

Please refer to the attached file for details of the services to be supplied.

Your proposal must comply with the bid presentation requirements described in this tender and must include any additional information you consider to be relevant.

CONDITIONS FOR SENDING AND DEADLINE FOR SUBMITTING BIDS

Your bid must arrive at the following address by 12:00pm on 26/03/2025:

by email (use the standard Microsoft Office versions or equivalent) to afddacca@afd.fr
If you choose to submit your bid by email, your electronic message must not exceed 6MB. If it exceeds that size, please split your submission into multiple emails.

The bids shall be valid for 90 days from the bid submission deadline.

PRESENTATION OF APPLICATION AND BIDS

Your bid, which must be drafted in English, must include the following items:

1. Application documents
- Information on the company’s legal situation
- Appendix 1 - Statement of Integrity, Eligibility and Social and Environmental Responsibility
- Information on the company"s economic and financial capacity:

o Declaration on the company"s overall turnover and, where applicable, its turnover in respect of services that are the subject of this procurement procedure, for the last three available financial years, depending on when the company was established or when the economic operator commenced its operations, to the extent that information on such turnover amounts is available;
o Declaration stating the tenderer’s average annual head count and number of managers for each of the last three years
o The service provider must have at least two permanent employees.
o Appropriate declaration from banks or, where appropriate, evidence of insurance against business risks;

- Information on professional references and the company’s technical capabilities:
o List of the main services carried out in the last three years, stating the value, date and recipient of those services (public or private). The services are evidenced by certificates from the recipient or, failing that, by a declaration from the economic operator;
o The service provider must present at least 3 references of services in areas with similar security risks, namely an area[orange / red ] according to the classification of the French Ministry of Europe and Foreign Affairs
o Evidence in respect of services carried out more than three years ago will be taken into account;
o Details of the educational and professional experience of the economic operator and/or the company"s managers, and in particular those responsible for providing services or managing work of the same type as the work that is the subject of the contract;
o Declaration stating the tools, equipment and technical equipment available to the tenderer to carry out its obligations under the contract;
o Description of the technical equipment and measures implemented by the economic operator to ensure the quality of, and provide resources for, education and research at its company;
o Information on compliance with the employment obligation referred to in Article L.323-1 of the French Employment Code.
o Specific authorisation or evidence that the tenderer belongs to a specific organisation enabling it to provide the service in its country of origin;
o All documents relating to the powers of the person authorised to bind the company.
o Details of technicians or technical bodies, whether or not they are integrated into the tenderer, in particular those responsible for quality control;
o Details of the systems for managing and monitoring the supply chain that the candidate may use in performing the contract;
o Details of the environmental management measures that the candidate may apply in performing the contract;

The selected tenderer must provide the following documents before the contract is awarded:

- Document(s) evidencing the powers of the person authorised to bind the company (K bis company extract, delegation of authority, articles of association, etc.) together with, for groups of economic operators, the authorisation granted to the representative by its co-contractors;
- a certificate issued by the competent authority or body proving that it has complied with its tax obligations in respect of year N-1;
- A certificate issued by the competent authority or body within the previous six months demonstrating that it is compliant with its social security obligations.

We hereby invite you to submit the documents listed above.

2. Bid documents

The tenders must follow the structure set out below:

A. Summary of your bid:

A.1 - Understanding AFD’s expectations
A.2 - Summary of the stages of your work
A.3 - Overall calendar of the engagement

B. Strengths and Added Value of your bid for this work

C. Detailed description of your bid:
C.1 - Detailed description of the content of the proposed steps (diagnosis and scoping, data collection process, analyses and evaluation findings, lessons learned and recommendations, action plan, reports, etc.)
C.2 - Resources deployed
C.3 - Bodies and practical procedures for coordinating the engagement
C.4 - Detailed table of deliverables
C.5 - Detailed appendix

D. The Service Provider’s recommendations for carrying out the engagement

E. Presentation of the team who will work on this assignment:

E.1 – Composition of the team and distribution of responsibilities among its members
E.2 – CVs of team members (3 pages maximum per team member)

F. Detailed financial proposal (based on the financial appendix attached hereto)

G. The draft contract with shaded areas completed

The answers to this tender must be simple, concise and must be in the required format.

EVALUATION CRITERIA

- Bids that are incomplete, delivered late or that do not meet the criteria imposed by the AFD shall be rejected.
- The Contractor shall have at least two permanent employees.
- The Contractor shall submit at least three contract references in a - similar safety-risk zone, namely a orange/red zone according to the classification of the Ministry of Europe and Foreign Affairs.
- Local consultant and language skills for communicating with local stakeholders
- Skills and availability of in-house technical back-up experts provided to the on-site experts

Compliant bids will be judged and rated using the following weighted judgement criteria:
1 - Price of the services (20%)
2 - Technical value (80%)
2.1 – Quality of the methodology, organisation and resources used to guarantee the provision of the services (40%)
2.2 - Evidence of the skills, experience and knowledge of the teams allocated to delivering the services (40%)

After reviewing the bids, the AFD reserves the right to enter into negotiations with all candidates that submitted the most attractive bids (top three) based on the criteria and weighting defined above.
The AFD also reserves the right to award the contract based on the initial bids, without negotiation.
Where applicable, as part of these negotiations, the selected tenderers may be invited as many times as necessary by the contracting authority, under strict conditions of equality, to clarify, supplement or modify their bid without making any material changes to the specifications.
A tenderer that refuses to negotiate shall be deemed to have upheld its most recent bid.
The AFD reserves the right to organise several rounds of negotiations with all selected candidates.

REQUEST FOR INFORMATION

If you require any additional information, please contact us at the address shown at the top of this tender letter.

Any questions on this procurement procedure may also be sent by email to:
afddacca@afd.fr
Answers to tenderers’ questions shall be sent exclusively by e-mail.


Please contact us if you require any further information.


NOTE: See full tender letter along with Appendix 1, ToR, service agreement; financial appendix in attached

Please note that this notice is for your information only.
We try our best to have the most accurate and up-to-date information available on our web site, but we cannot guarantee that all of the information provided is error-free.
If you have any suggestions for updates/corrections for this notice, please let us know.

Источник закупки

Перейти

Импорт - Экспорт по стране Бангладеш

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru