Skip to Main Navigation

Nagaland: Enhancing Classroom Teaching and Resources

VISIÓN GENERAL

DATOS BÁSICOS DEL ANUNCIO

  • P172213

  • Nagaland: Enhancing Classroom Teaching and Resources

  • India

  • OP00263049

  • Request for Expression of Interest

  • Published

  • IN-DSE-385414-CS-QCBS

  • Quality And Cost-Based Selection

  • English

  • Jan 04, 2024 13:00

  • Dec 13, 2023

INFORMACIÓN DE CONTACTO

  • Department of School Education (DSE)

  • Project Director

  • Department of School Education (DSE) Kohima, Nagaland, India

  • India

  • India

  • 9863605643

DETALLES

REQUEST FOR EXPRESSIONS OF INTEREST

Country - India

Project – NAGALAND EDUCATION PROJECT-THE LIGHTHOUSE (NAGALAND ENHANCING CLASSROOM TEACHING AND RESOURCES) (P172213)

 

Assignment Title:

Selection of agency to provide services for Construction Supervision and Quality Control (CSQC) for construction of Lighthouse School Complexes (LSC) with adequate customization for individual sites based on Detailed Project Report (DPR) provided by Department of School Education (DSE).

 

Reference No.: IN-DSE-385414-CS-QCBS

 

  1. The Department of School Education (DSE), Government of Nagaland (GoN) has received financing from the World Bank towards the cost of the Nagaland Education Project – The Lighthouse / Nagaland: Enhancing Classroom Teaching and Resources (NECTAR) Project and intends to apply part of the proceeds for consulting services.

 

  1. The project has been prepared with the development objective of improving the learning experience in select schools and enhancing school education governance and management across the state. The project development objective is to (i) enhance the governance of schools across the state; and (ii) improve teaching practices and learning environments in selected school complexes.

 

  1. The DSE now invites eligible Agency (“Agency”) to indicate their interest in providing the services. The services (“Services”) are to support the Project Management Unit (PMU) of “Nagaland: Enhancing Classroom Teaching and Resources (NECTAR)” project with requisite experience and capabilities. The support will be as per Terms of Reference (TOR).  The detailed Terms of Reference for the assignment can be found at the following weblink: https:// https://nagalandtenders.gov.in/nicgep/app  and https://education.nagaland.gov.in    The TOR for the assignment is attached as Annexure-I.

More details about the project can be found in the Project Information Document (PID) on the World Bank Website:

https://documents.worldbank.org/en/publication/documents-reports/documentdetail/367221603096245045/project-information-document-nagaland-enhancing-classroom-teaching-and-resources-p172213

  1. The selected schools require the agency to conduct the construction supervision and quality control as per Annexure I- Terms of Reference.
  2. After the selection of the LSC, the agency will  conduct day to day supervision of  work at site as per the contract agreement and monitoring of implementation of items detailed in DPR, maintain the quality of work as per relevant IS Codes and approve major activities, keep records of all test conducted, take measurements of the work completed, ensure compliance on account of environment, social safeguards and labour management plan, compliances of setting up of quality control laboratory, scrutiny/technical audit of the reports, drawing, designs, estimates, such as site survey, evaluation and analysis including soil investigation, Structural design, design of internal and external services, Sanitary, plumbing, drainage, water supply and sewerage internal roads, electrification works, reporting progress of work monthly and quarterly, preparation of as built for submission to client on handing over the LSC(s)
  3. Interested Agency should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short-listing criteria are:

 

  1. The Agency should be eligible as per applicable Procurement Regulations of the World Bank.
  2. General experience of the Firm(s) in the areas of day to day supervision of construction works, quality control, taking measurements, preparation, recommending and finalizing the bill of contracts, handing over the completed works to designated agencies, carrying out quality control at site, scrutiny/technical audit of the reports, drawing, designs, estimates, such as site survey, evaluation and analysis including soil investigation, Structural design, design of internal and external services, Sanitary, plumbing, drainage, water supply and sewerage internal roads, electrification works etc. for entities like Central/ State Governments/ PSUs/ Corporations etc. The experience of carrying out such projects in schools/educational institutions/offices would be an added advantage.  Copy of Work Orders/ Letter of Acceptance (LOA)/ Copy of executed contract with the Client along with experience certificates should be enclosed with proposal.
  3. Financial soundness: The Agency should have a minimum average annual turnover for the last three years (FY 2020-21, 2021-22, 2022-22) of INR 3 (Three) Crore. Further, the Agency should have a positive net worth in each of the three mentioned financial years.
  4. Working experience in North-Eastern states/ Hilly areas of other parts of the country with similar land profile, soil condition and climatic condition will be an added advantage. In that case details along with valid documentary evidence (such as assignments contracts / certificates etc.) should be submitted by the Agency with the EoI proposal

        Agencies are requested to submit the following supporting documents against the above- mentioned criteria:

  1. Registration paper of the firm(s).
  2. JV agreement/letter of intent (if applicable).
  3. Firm’s informational brochure/booklet outlining its services.
  4. Audited financial reports/Statements for last 3 years.
  5. Relevant Service experience record (including nature, total cost, total input in terms of staff month, employer, location of service, scope of services etc.)
  1. The attention of interested Agency is drawn to paragraphs 3.14, 3.16, and 3.17 of the “World Bank Procurement Regulations, 2016” for IPF Borrowers (Revised November 2020), setting forth the World Bank’s policy on conflict of interest.

 

Agencies may associate with other firms in the form of a joint venture or a sub- consultancy to enhance their qualifications. In the case of an association, all members of such “association” should have real and well-defined inputs to the assignment and the total number of firms including their associates shall be maximum of three. While indicating information relating to status of association, it shall be made clear whether responsibility of the firm is in the capacity of a Lead firm (lead partner) or as an associated firm (sub- consultant) or Joint Venture or a Consortium with well-defined scope of the services of each partner. In case of association in the form of sub-consultancy, the experience of sub-consultant shall not be considered in the evaluation. In case of a Joint Venture or a Consortium, all the partners in the Joint Venture and Consortium shall be Jointly and Severely liable for the entire contract, if selected.

Further, the experience of a parent company, subsidiary company, group of companies or associates (whatever the names) of the Agency shall not be considered in evaluation.

 

  1. Agency will be selected in accordance with the Quality and Cost Based Selection (QCBS) method as set out in Section VII, paragraph 7.3 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, revised November 2020 (“Procurement Regulations”).

 

  1. Further information can be obtained at the address below during office hours. Queries may also be mailed at contact@nagalandeduproject.com with the subject line – “Query_Construction Supervision _<Name of the Firm>” upto IST 23:59 Hrs 20th December 2023. Please account for delays in response to queries.

 

  1. Expressions of interest must be submitted on https://nagalandtender.gov.in w with the subject line – “EoI_Construction Supervision _<Name of the firm>” by IST 1300 Hrs, 4th January 2024.

 

  1. The Agency will need to enroll themselves on https://nagalandtenders.gov.in  using the option “Online Bidder Enrolment”. This enrolment is free at this point of time. Possession of a valid Class III Digital Signature (DSC) in the form of smart card/e-token in the Company’s name is a prerequisite for registration and participating in the EOI submission activities through the website. For any further clarification on how to enroll and how to submit your proposal can be found at the following weblink

https://nagalandtenders.gov.in/nicgep/app?page=BiddersManualKit&service=page

    

Project Director,

Nagaland Education Project – The Lighthouse (NECTAR)

Department of School Education, Govt. of Nagaland,

Upper Bayavu Hill, Kohima-797001

Nagaland, India

E-mail: contact@nagalandeduproject.com

     Tel: +91370-2260044 / +91-98636 05643