Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
NOTICE AT-A-GLANCE
Project ID
P178077
Project Title
Economic Acceleration and Resilience for NEET (EARN)
Project Name : Economic Acceleration and Resilience for NEET (EARN)
Credit No. : IDA-7364-BD
Assignment Title : Selection of Service Provider for Supervision of Field Activities under EARN
Reference No. : Package No.: S6
The Government of the People’s Republic of Bangladesh has received financing from the World Bank toward the cost of the Economic Acceleration and Resilience for NEET (EARN)
Project(P178077) and intends to apply part of the proceeds for consulting services.
The consulting services (“the Services”) will include but not limited to the following key tasks: The Supervision Firm (SF) will act on behalf of the PMU to ensure that
all activities carried out by the Service Provider (SP) are implemented in accordance with project guidelines, timelines, quality standards, and compliance requirements. The SF will provide
independent oversight, verification, and reporting to support effective project delivery and accountability. The firm will be responsible for carrying out the implementation support in the 250
upazilas with guidance from the PMU in liaison with Youth Development Officer of Upazilla Youth Office. The firm will be responsible for following activities but not limited to (please find
detail in the ToR):
Monitoring & Verification: Community Engagement, Training & Capacity Building, Meetings & Events and Communication Materials.
2.2. Beneficiary & Trade Selection: Beneficiary and Trade Selection
2.3. VLTC Establishment & Operation: Site Identification & Setup, Childcare Facilities and Training Delivery.
2.4. Assessment, Certification & Data Management: Assessment & Certification and Data Flow.
Monitoring, Evaluation & Reporting: Field Visits, Compliance Checks, Reporting and Data Validation.
Stakeholder Engagement & Communication: Stakeholder Coordination and Best Practices & Case Studies.
Service Provider/Agency Eligibility Criteria
The Department of Youth Development (DYD) invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide
information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting of the Consultants will depend upon a set of criteria,
encompassing factors such as the agency"s relevance to the scope of work, relevant experience, specializations in the arena of the above-mentioned expertise. Any interested
organization/institution/agency/company shall meet the following eligibility criteria to be shortlisted:
General Experience (for all cases the years will be counted backward from the date of publishing of REOI):
Single Entity: Experience in providing monitoring support/supervision/large scale human resource management/capacity building in the government project for more than 10 (ten)
years.
Joint Venture-Lead Partner: Experience in providing monitoring support/supervision/large scale human resource management/capacity building in the government project for more
than 10 (ten) years.
Joint Venture- Each Non-Lead Partner: Experience in providing monitoring support/supervision/large scale human resource management/capacity building in the government project
for more than 5 (five) years.
Specific Experience: (Completion certificate/Substantially Completion Certificate-at least 80% of the completion of the contract with supporting Agreement is required for all
specific experiences):
Single Entity: Experience in providing monitoring support/supervision/capacity building in the government project of at least one (1) contract of value at least BDT. 30.00
(thirty) crore or equivalent USD (USD 1= BDT 108.00).
Joint Venture-Lead Partner: Experience in providing monitoring support/supervision/capacity building in the government project of at least one (1) contract of value at least
BDT. 30.00 (thirty) crore or equivalent USD (USD 1= BDT 108.00).
Joint Venture-Each Non-Lead Partner: Experience in providing monitoring support/supervision/capacity building in the government project of at least one (1) contract of value
at least BDT. 7.00 (seven) crore or equivalent USD (USD 1= BDT 108.00).
Average Annual Turnover (Audited financial statement/report by a chartered accountant is required):
Single Entity: Average Annual Turnover for last best three (3) years within last five (5) years is BDT. 60.00 (sixty) crore or equivalent USD (USD 1= BDT 108.00).
Joint Venture: Average Annual Turnover for last best three (3) years within last five (5) years is BDT. 60.00 (sixty) crore or equivalent USD (USD 1= BDT 108.00)
jointly/anyone of the JV partners.
Human Resource Management (HRM) Capability: Single Entity/any one of the JV partners shall have proven capability of engagement/deployment/management of at least one-hundred
fifty (150) staffs at Distract and or Upazila level, particularly in large-scale deployments/engagement/management of field staff for similar assignments.
Management Capability:
Outreach Capability: Outreach capability to provide monitoring/supervision support/capacity building support to a large number of beneficiary (at Upazila) with proven track
record (List with addresses of the offices of at least one in each districts level and at least one staff for each Upazila level with monitoring/supervision /capacity building experience
shall be submitted by the consultant).
Logistic and Communication Facilities: Appropriate physical, logistics and communication facilities either direct or through partners (Proof of physical, logistic and
communication facilities at Upazila level shall be submitted by the consultant).
Joint Venture and Authorization/Power of Attorney:
Joint Venture (JV) shall be formed with maximum of four (4) partners including the lead partner. In case of JV agreement, the agreement shall be as per government rules of EOI submitting
lead partners’ country.
In case of intent to form JV, the letter of intent to form JV shall be in the “Letter Head Pad” of each partner.
Letter of Authorization: The authorization letter/power of attorney shall include: Name, Address, Designation and NID No. and original signature of both the authority and authorized
representative.
Key Experts and Non-Key Experts:
The firm requires to submit an organizational chart / list (organogram) reflecting their in-house organizational structure, including the availability of relevant technical and
non-technical staff.
No CV/Resume is required in the in the EOI stage.
Legal Documents: Following legal documents shall be submitted by the consultant:
Signed copy of The World Bank Anti-corruption Guidelines; and
Certificate (in Letter Head Pad duly wet signed by the authorized representative), which confirms that none of the JV partners including the lead partner/Single Entity have been debarred by
Asian Development Bank and not listed in ADB Debarment and Suspension Register (https://sanctions.adb.org).
If any single entity and/or the lead partner of the JV and/or any partner of the JV submits more than one Expression of Interest (EoI), either individually or as a JV partner, all EoIs
submitted will be rejected. However, this does not preclude a firm’s (single entity and/or the lead partner of the JV and/or any partner of the JV) participation as a sub-consultant, or an
individual’s participation as a team member, in that package.
The detailed Terms of Reference (ToR) for the assignment can be found on the following website: https://dyd.gov.bd
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers”, November 2020
(“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In
the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
A Consultant will be selected in accordance with the Consultant’s Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations for IPF Borrowers”, November 2020
(“Procurement Regulations”), setting forth the World Bank.
Further information can be obtained at the address below during office hours [i.e. up to March 31, 2026 between 09:00 to 17:00 hours].
EoI- Expression of Interest may be delivered through courier service or in person (hard copy along with a MSWord file in an USB drive saved in “Rich Text Format” is the
must requirement) to the address below byApril 15, 2026 at15.00hours Bangladesh Standard Time (BST). Email and/or any
other sorts of submission will not be accepted.
Kazi Moklesur Rahman
Project Director (Additional Secretary)
Economic Acceleration and Resilience for NEET (EARN) Project
Department of Youth Development (DYD)
Address: 19th Floor, National Sports Council (NSC) Tower
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.
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.