You are on page 1of 35

EXPRESSION OF INTEREST

(EOI)

Title of Consulting Service: PIDA/EOI/2078-79/02

Method of Consulting Service: National

Project Name : Preparation of DPR of Rapti Province Hospital


EOI : PIDA/EOI/2078-79/02
Office Name: Provincial Infrastructure Development Authority
Office Address: Rapti Dang

Funding agency : Government Budget


Abbreviations

CV - CurriculumVitae
DO - DevelopmentPartner
EA - ExecutiveAgency
EOI - ExpressionofInterest
GON - GovernmentofNepal
PAN - PermanentAccountNumber
PPA - PublicProcurementAct
PPR - PublicProcurementRegulation
TOR - TermsofReference
VAT - ValueAddedTax
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 22
Section V. E. EOI Forms and Formats 25
A. Request for
Expression of Interest
Request for Expression of Interest
Government of Nepal (GoN)
Name of Employer: Provincial Infrastructure Development Authority

Date: 18-01-2022 22:00

Name of Project: Preparation of DPR of Rapti Province Hospital

1. Government of Nepal (GoN) has allocated fund toward the cost of Preparation of DPR of Rapti Province Hospital 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 Provincial Infrastructure Development Authority now invites Expression of Interest (EOI) from eligible consulting firms
(“consultant”) to provide the following consulting services: PREPARATION OF DPR, SOIL REPORT, 3D MODEL,
ARCHITECTURAL DRAWING, TOPOGRAPHICAL MAP, STRUCTURAL DRAWING, ELECTRICAL DRAWING,
SANITARY DRAWING, etc OF THE RAPTI PROVINCE HOSPITAL TULSIPUR DANG
3. Interested eligible consultants may obtain further information and EOI document free of cost at the address Provincial
Infrastructure Development Authority,Provincial Infrastructure Development Authority
Rapti
Dang
Lumbini Province
Nepal during office hours on or before 02-02-2022 12:00 or visit e-GP system www.bolpatra.gov.np/egp or visit the client’s
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 02-02-2022 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 30.0 %, Experience 50.0 %, and Capacity 20.0 % 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 80
B. Instructions for Submission of Expression of
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.

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 4 MONTHS. Expected date of commencement of the assignment is 08-03-
2022.
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 in sealed envelope and should be clearly
marked as “EOI Application for Short-listing for the Preparation of DPR of Rapti Province Hospital.The Envelope should also
clearly indicate the name and address of the Applicant. Alternatively, applicants can submit their EOI application through e-GP
system by 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
Government of Province
Lumbini Province, Nepal

Terms of Reference (TOR)


For

Consulting Service for


Preparation of DPR of Rapti Province Hospital
Lumbini Province

2078/10/03

Project Name : Preparation of DPR of Rapti Province Hospital

Office Name : Provincial Infrastructure Development Authority (PIDA), Lumbini


Province

Office Address : Rapti Valley Bijauri Dang Nepal


1.0 BACKGROUND

RAPTI PROVINCIAL HOSPITAL, Tulsipur, Dang, Nepal is running as a 50 bedded hospital with tentative 400-500
patient inflow daily. Rapti Provincial Hospital intends to upgrade the Hospital into a minimum 600 bedded
Regional multi-disciplinary hospital with state-of-the-art hospital infrastructure to be constructed based on a
master plan.

The total land area of this hospital is around 4 bigha (27090 Sq. meter ) located on west side of Arniko Play
Ground in Tulsipur. The hospital envisages utilizing the vacant land on south side of the existing hospital
building and constructing a modem 600 bedded hospital. The hospital intends to construct a multi-storied
modem hospital building with basement with all hospital facilities. The development will follow an appropriate
planning comprising a master plan. The hospital plans to demolish an existing parking shed and to integrate
under-construction buildings into the new plan. The hospital also intends to design all infrastructure need
related to the modern hospital eg. Administrative building, other necessary building and other related
structure. The DPR shall be based on the master plan with provision for residential units for hospital workers
and shall also plan for open spaces, greenery, basement and ground parking, ATM and banking lobby, canteen,
kids' area, waiting area and other necessary features that a modern hospital is expected to have.

For this purpose, the Provincial Infrastructure Development Authority, Province-5, Butwal intends to hire a
qualified consulting firm to carry out concept design of the hospital and its premises, the architectural,
landscaping design and drawings and all necessary works leading to the preparation of a master plan for the
hospital and its premises. The hospital building is expected to be prestigious and landmark building with state
of the art facilities. Therefore, blending of new concept and modern technology with Nepalese architecture is
being sought.
2.0 THE OBJECTIVE:
The main objective of the assignment is to prepare final design, drawings, cost estimate and all necessary work
leading to a DPR of the hospital premises to the satisfaction of the client. A topographic survey has been
already conducted but the consultant should carry out final topographical survey to be more precise.
The specific objectives are as follows:
a. Conduct detailed assessment / survey of Construction site.
b. Conduct necessary site exploration including drilling, soil sampling and testing, determination of
various soil strength parameters and prepare geotechnical investigation report,
c. Prepare detailed architectural design and drawings, structural design and drawings, electrical design
and drawings, sanitary design and drawings and HVAC design and drawings of the proposed hospital
building in compliance with Nepal National Building Code (NNBC), Health Building Infrastructure Design
and Construction Guidelines 2074 B.S, MoHP, instructions received from Federal Ministry of Health and
Population (MoHP) if any and other national/international codes and standards/guidelines including
hospital equipment layout plan and furniture layout plan, structural, electrical, sanitary, plumbing,
mechanical, Biomedical, fire safety plan and wastewater treatment system designs for 600 beds.
d. Design and replanting of garden and vehicle parking area.
e. Prepare and submit Detailed Design Report
f. Prepare Cost estimate including bill of quantities of each and every item
g. Prepare bid / tender documents including specification of all necessary items ready to issue tender for
the construction of the hospital
h. Prepare and submit all necessary working and structural drawing of the building and other amenities
such as compound wall, landscaping design, HVAC system, Water supply and sanitary system,
Gas/oxygen pipelines etc. and all other necessary activities needed to prepare Detailed Project Report
(DPR).

3.0 THE SCOPE OF WORK:


The consulting firm under these terms of reference (TOR) will be required to prepare the DPR in close
coordination with the authorities from Provincial Infrastructure Development Authority, Deukhuri, Dang.
According to Master Plan design, the hospital will be 600 Bedded Hospital and will be 11 levels (Story), 50
Bedded isolation hospital of 5 storey, two staff quarters of five storey, one service building/Oxygen Plant
building of single storey, 2 commercial building of double storey, a single storey guard house, road of
7061.8 Sq. meter, outdoor parking for cars of 922.28 Sq. meter, garden of 7830 Sq. meter, pathway of 420
Sq. meter, incinerator of 200 Sq. meter, drain of 860 r.m, fill area of 8271 Sq. meter and chain link fence of
2400 Sq. meter. The hospital building will cover an area of bigha (27090 Sq. meter) at ground floor.
Consultant shall, under this term of reference (TOR) carry out activities and deliver services and documents
as follows:
 Collection of required data, organization structure and business plan of the Rapti Provincial
Hospital; study of physical and geological features of existing land; review, analysis and
rectification of the requirement, if required.
 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 equipment.
 The map should be prepared in 1:1000 scale with the following features
o Should show major contours in 2 m interval and minor contour in 0.10m interval.
o Indicate spot levels and contour labels.
o Indicate all the existing features of the site
o Should incorporate at least 4 nos. of land profile and cross-section of the site.
o A comparative study should be done with the cadastral map and should be mentioned
clearly in the survey report.
 Bore hole advancement to 15 meters at least 3 locations.The number of holes will be decided
as per the provisions made in the Building Byelaws 2064 and 2072 B.S
 Standard penetration tests (for Dynamic Cone penetration; if required) at 1.10 m interval;
 Collection of disturbed samples at a regular interval
 Collection of at least two undisturbed samples in each bore holes
 Groundwater table observation
 Laboratory test and analysis of data to determine the engineering properties;
 Technical report of the investigation work;
 Predict liquefaction of soil strata and recommend necessary preventive measures against
liquefaction;
*The above‐mentioned depths and number are indicative. The Consultant shall decide the
required depth of soil investigation according to the field condition and design parameters.

 Carry out supplementary topographical survey, fixing bench marks and their levels, with levels
showing the location of the existing buildings, drainage lines, underground service lines, existing
road, location of neighboring buildings and rivers followed by site verification and site analysis.
The Consultant shall conduct a study on assessment of possible risks/hazards of the proposed
site based on the primary and secondary data.
 Conduct hydro-metrological studies.
 Land use condition and watershed management

 Conduct study of past disasters events in the proposed region


 Identify the possible risks and its recommendations for mitigation measures
 Provide training to any one Civil Engineer or Architect of the client for whole session of the
procurement.
 Prepare detailed architectural and engineering design and working drawings for the
construction of all the buildings and supporting infrastructures. The detailed drawings must
include architectural, structural, electrical, water supply and sanitary and HVAC including
the landscape design in compliance with the prevailing Nepal National Building code, Health
Building Infrastructure Design and Construction Guidelines, MoHP 2074 B.S, instructions
received from Ministry of Health and Population (MoHP) if any and other relevant national/
international code and practices.
 Building structure according to master plan includes :
 600 Bedded Hospital and will be 11 levels (Story),
 50 Bedded isolation hospital of 5 storey,
 two staff quarters of five storey,
 one service building/Oxygen Plant building of single storey,
 2 commercial building of double storey,
 a single storey guard house,

 Other infrastructures and services


 Access Road of 7061.8 Sq. meter and drainage works,
 Compound wall
 Retaining wall,
 MGPS (Medical Gas Plant System) if required in consultation with
MUNICIPALITY,
 The water treatment plant if required in consultation with
MUNICIPALITY,
 Hospital waste management area,
 Landscaping including parking areas and garages for ambulance,
 Outdoor parking for cars of 922.28 Sq. meter
 Garden of 7830 Sq. meter
 Pathway of 420 Sq. meter
 Incinerator of 200 Sq. meter,
 Drain of 860 r.m,
 Fill area of 8271 Sq. meter and
 Chain link fence of 2400 Sq. meter.

 Prepare final design and landscape design of the premises.


 Presentation of draft design and draft report to client for feedback from client side.
 Prepare final DPR as per feedback received during presentation.
 Prepare the specification and tender documents.
 Final Presentation and submission of 3 Hard copies of DPR and soft copy as well.
 Prepare Procurement documents for construction and all.

The activities of consulting services is divided in three major Phases


namely,
PhaseI: Prepare Detailed Architectural/Engineering Design Phase
PhaseII: ProcurementPhase
PhaseIII: Miscellaneous

The following scope and activities of work to be carried out by the consultant may be flexible if
required.
Phase I–Prepare Detailed Architectural/Engineering Design Phase

Architectural and all Engineering Design including Structural, Electrical, Water Supply and
Sanitary, HVAC, System/Network, Furniture, Landscape for whole complex
□ Review of previous study reports (geo-technical investigation report and master plan)
that have been conducted previously and all components are followed as per master plan.
□ Conductmulti-hazardsassessmentincludingnecessarygeotechnicalinvestigationandhydro-
metrologicalstudies.
□ Conduct required survey, test and investigation for detail design.
□ Preparedetailedarchitecturalandengineeringdesignandworkingdrawingsforconstruction of
all the buildings and supporting infrastructures that
includearchitectural,structural,electrical,watersupplyandsanitary,HVAC,System/Network
,Furniture
&Furnishing, land scape and plantation design etc. complying with the prevailing Nepal
National Building code and other relevant international codes, standards and practices.
□ Building structure includes
o Provincial Hospital with 600 bed Hospital
o 600 Bed Main Hospital Block
o 50 Bed Isolation Hospital Block
o Staff Quarters Blocks (2 Blocks )
o Commercial Block
o Hospital Services Area
o Incinerator Bloc
• Laboratory
• Administration Building
• Canteen Block
• Amphitheatre
• Other ancillaries
□ Other infrastructures and services
• System Earthen & Building Lighting Protection
• Power Distribution System & Lighting System
• CCTV System
• Data & Voice Communication Systems
• Fire Alarm System (FAS)
• Public Address and Voice Alarm System (PAVA)
• Access Control
• Nurse Call System
• HVAC system
• Road and drainage works,
• Compound wall
• Retaining wall,
• MGPS(Medical Gas Plant System),
• Water treatment plant,
• Solid waste management system,
• Sewerage and waste water treatment plant,
• Hospital waste treatment system,
• Overhead and underground water tank for the whole complex,
• Departmental store &commercial complexes,
• Bus Stop
• Helipad,
• Park and parking area,
• Rehabilitation center
• Auditorium Hall,
• Community hall,
• Gates
• Rest Rooms
• Bank and/or ATMs etc.
□ Prepare hospital equipment layout plan.
□ Preparation of detailed cost estimate, bill of quantities and technical specifications for all
buildings, services, medical and non-medical equipment and furniture.
□ Prepare drawings of above mentioned structures and assist employer for obtaining
building permit from the respective Municipality.

Phase II-Procurement Phase


□ Preparation of bid documents for all building and services mentioned above.

□ Preparation of detail cost estimate, BOQ, technical specification for


medical and non-medical equipment, furniture and furnishing and all
building and services.
□ Preparationofbiddocumentforalltheprocurementofmedicalandnon-
medicalequipmentandfurniture.

Phase III-Miscellaneous

□ Meeting/ Presentation (atleast7times formal presentation in Central office and 3


times in field office/ provincial government, provision of tea and snacks,
allowances to participants etc.)

□ Field visit (at least three different Hospitals/ Provincial Hospital in Nepal, visits
with client and related stakeholders(minimum 6 members for one week).)
□ Monthlymeetingatprojectofficewiththeinvolvementofnecessarypersons.

4.0 Expected Outputs

 The consultant shall accomplish the job based on recently prepared Master Plan with detailed
Architectural design, Structural design, drawings, cost estimate, bill of quantity and tender
documents all complete for Hospital building, the compound wall and landscaping.
o Survey Design report – Volume 1
o Geotechnical Soil investigation report – Volume 2
o Design and Drawings – Volume 3
 Architectural design
 Structural Design
 Electrical Design
 HVAC Design
 Landscape design
 Sanitary Design
 Estimating and costing, analysis of rates, specifications, BoQ and tender
document- Volume 4
 Prepare Architectural Computer Animated 3D model design of the hospital building and its
premises.
 Prepare detailed 3-dimensional Paper Model of the Hospital and its premises.
 Preparation of all floor plans of proposed Hospital Block and Oncology block for 1200 Beds.
 All required design for services for all blocks. (Floor Plan)
 Design and replanting of garden and vehicle parking area.
 Detailed Design of water supply, wastewater system and its management.
 Detailed Design of electrical and HVAC system.
 Complete design, drawings, cost estimation, rate analysis, bill of quantity, specification and
tender documents (ready to invite a tender for its construction).

5.0 METHODOLOGY:
 Necessary data collection
 Site survey
 Requirement identification
 Detail Design of the project in line with Master Plan with all facilities
 Detailed architectural and engineering design steps.
 Submission of draft report and presentation
 Submission of final report and presentation

6.0 QUALIFICATIONS OF THE CONSULTING FIRMS AND KEY PERSONNELS

The Consulting firm must be legally registered/recognized/competent institution. It must have


registered in PAN/VAT in their respective country and timely cleared the taxes. The consulting firm shall
have prior experience in preparing master plan of city planning, guidelines, regulations and bylaws. The
staffing requirements of key personnel and non-key for this assignment shall include a minimum of the
following positions:

 Team Leader- 1 no.


The team leader is responsible for ensuring that the study is rightly designed, implemented and
reported. S/he is expected to have a minimum Master’s Degree in Architecture/Civil
Engineering/ Urban Development; at least 15 years work experience with demonstrated
leadership role in modern architecture design of hospitals.

 Senior Hospital Architect -2 no.


Minimum Master Degree in Architecture / Urban Planning / Urban Design / Regional Planning
with Bachelor degree in architecture with minimum 5 year experience in relevant field after
Completion of Master degree.
 Architect- 3 no.
Bachelor’s Degree in Architect Engineering; 5 years work experience in architectural designing.
 Landscaping Architect – 1 no.
Minimum Bachelor of Architecture with minimum 5 years’ experience in relevant field after
completion of Bachelor’s Degree. Or Master degree in Architect / Urban Planning with 5 years'
work experience in relevant field after Master Degree.
 Interior Design Architect- 2 no.
Bachelor’s Degree in Architect Engineering or interior design; At least 5 years work experience in
interior designing.
 Senior Structural Engineer-1 no.
Master’s Degree in Structural Engineering; at least 10 years work experience in earthquake
resistant structural design of multi-storied buildings.
 Structural Engineer-2 nos.
Master’s Degree in Structural Engineering; at least 5 years work experience in earthquake
resistant structural design of multi-storied buildings.
 Geo-technical Engineer – 2 no.
Master’s Degree in Geo-technical engineering; At least 5 years work experience in Geotechnical
and foundation engineering.
 Waste Water Treatment Engineer -1 no.
Minimum Master Degree in Solid Waste Management / Sewerage / Sanitary Engineering /
Environmental Engineering with minimum 5 years of work experience in relevant field.
 Water Supply Engineer -1 no.
Master’s Degree in Water Supply engineering or Civil Engineering; At least 5 years work
experience in Water supply sector.
 Sanitary Engineer – 1 no.
Master’s Degree in Sanitary or Environmental engineering; At least 5 years work experience in
Sanitary Engineering sector.
 Bio medical Engineer-1 no.
Minimum Bachelor degree in Biomedical Engineering / B. Tech Biomedical /Electronics
Engineering with relevant study / Training in bio – medical equipment / specialization in
computer system
 Medical Facility Planner-1 no.
Minimum MD or MPH after BPH or MBBS with minimum 10 years of relevant work experience
after completion of MBBS, BPH. Must have worked experience as medical superintendent/
hospital in charge.
 Sociologist-1 no.
Master’s Degree in Sociology or Anthropology; At least 5 years work experience related field.
 Economist-1 no. Master’s Degree in Economics; At least 5 years work experience related field.
 Electrical Engineer – 2 no.
Bachelor’s Degree in Electrical engineering; At least 5 years work experience in Electrical
engineering field.
 Quantity Surveyor-2 no.
Bachelor’s Degree in Quantity survey or Civil Engineering; At least 5 years work experience in
related field.
 Civil Engineer-4 no.
Bachelor’s Degree in Civil Engineering; At least 5 years work experience in civil engineering field.
 Environment and Climate Change Expert – 1 no.
MinimumMasterof Environment Engineering/Environmental Science with minimum 5 years
of relevant work experience after completion of Master Degree
 Heat, Ventilation and Air Conditioning Expert-1 no.
Bachelor’s Degree in Mechanical Engineering; At least 5 years work experience in related field.
 Computer networking & Communication specialist-1 no.
Bachelor’s Degree in Electronics and Communication Engineering; At least 5 years work
experience in related field.
 Procurement Expert-1 no.
Minimum Master Degree in Construction Management / Project Management/ Engineering
Management with minimum 5 years’ experience in relevant field after completion of Master
degree.

7.0 Duration of Services, Time Schedule


A comprehensive work schedule not exceeding a timeline of 4 months for Design phase.

8.0 Reporting Requirement and Performance Requirement


Following mode of reporting obligations shall apply:
Inception and Concept design Report; two copies.
Inception Report (Survey Plan, Existing land and Buildings condition with appropriate
recommendation within four weeks).
Draft design Report: One copy
Within 12 weeks of appointment, consultant shall submit draft design report and drawings with
documentation.
Final design Report;One copy
Within 20 weeks (150 Days) of appointment, consultant shall submit the Final design report;
a) The consultant shall incorporate all the comments and instruction from the client in the draft
design drawing and reports.
b) The consultant shall submit the Final DPR,
c) The final submission shall be both in paper and in electronic format in DVD or USB key.

9.0 PAYMENT SCHEDULE


Sn. Deliverables Payment (%) of Payment Condition
Agreement
Amount

1 Approval of 30 Upon the acceptance of inception report by PIDA –


Inception Report (Survey Plan, and Existing land and Buildings condition
with appropriate recommendation)

3 Approval of Draft 40 Upon the submission of draft DPR


Report

4 Approval of Final 30 Upon the acceptance of submission of final Detailed


Detailed Plan Plan and report.
Report

While mentioning marks to select consultant in the document of proposal to hire consultation service,
the works in hand being conducted with any consultant or firm or company shall be mentioned. It
should be mentioned during evaluation of proposal, the human resources of any consultant, firm or
company with ongoing works in hand will not be considered.
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

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

1 Qualification of Key Experts As per TOR


2 Experience of Key Experts As per TOR

Score: 30.0

B. Experience

Sl. No. Criteria Minimum Requirement

Experience in Detail Engineering Design of Infrastructure


projects consultancy service successfully completed within last
1 General Experience of consulting firm
7 years. (Consultancy fee less than 5 million without VAT shall
not be considered.)
Experience in Detailed Engineering Survey Design and DPR
Preparation of Hospital, School and college building and other
Public buildings (government or semi government). Consulting
Specific experience of consulting firm within last 7 years. Services for DPR or Design and Construction Supervision of
2 In case of person, specific experience of the person within Public building with consulting fees more than NPR 5 Million
last 4 years. will be considered. However, DPR of hospitals of more than 100
bed or consulting fees of hospital building of more than NPR 5
Million will be considered.

Experience in Preparation of Public buildings like


3 Similar Geographical experience of consulting firm Hospital/public building and related buildings Consulting fee
not less than 5 million (without VAT) attached Experience
Sl. No. Criteria Minimum Requirement

Certificate successfully completed within last 7 years in the


Similar Geographic Region.

Score: 50.0

C. Capacity

Sl. No. Criteria Minimum Requirement

Financial Capacity.[Average turnover required shall not Minimum Average annual turnover of three year = Nrs.5.6
1
exceed 150% of cost estimate] Million of last 7 years
All together Office Spaces (3000sqft), Survey Equipments
Infrastructure/equipment related to the proposed
(Total station, Theodolite), Design software’s (SAP, ETABS,
assignment.[This Evaluation criteria should be deleted if
2 Stadd Pro or equivalent, AutoCAD or equivalent, Smartroad or
infrastructure/equipment are not the part of the proposed
equivalent, Arc GIS, Hecras or equivalent, with authorized
assignment]
license, Computer or Laptop, A3 Printer, 4 wheel Vehicles etc.

Score: 20.0

Minimum score to pass the EOI is: 80


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