For Planning, Designing, Environmental Clearance Certificate from Department of Environment (DoE) and Implementation of “an operational Medical Waste Management Plant” in collaboration with Khulna Cit

UNICEF
For Planning, Designing, Environmental Clearance Certificate from Department of Environment (DoE) and Implementation of “an operational Medical Waste Management Plant” in collaboration with Khulna Cit Request for proposal

Reference: LRPS-2025-9195602
Beneficiary countries or territories: Bangladesh
Published on: 03-Feb-2025
Deadline on: 26-Feb-2025 11:00 (GMT 6.00)

Description

TERMS OF REFERENCE FOR INSTITUTIONAL CONTRACT

 

Title

Planning, Designing, Environmental Clearance Certificate from Department of Environment (DoE) and Implementation of “an operational Medical Waste Management Plant” in collaboration with Khulna City Corporation (KCC), Bangladesh

Purpose

The main purpose of this assignment is to safely manage  500kg medical waste per day generated from  99 private and public health care facilities through implementing a functional and sustainable Medical Waste Management Plant (MWMP) in KCC to reduce nosocomial infections.

 

The secondary target is to safely manage remaining 350 kg medical waste per day generated from 51 public and private health care facilities through raising awareness and strengthening capacity of the existing service providing agencies.  

Location

Khulna City Corporation (KCC), Khulna, Bangladesh.

Estimated Duration

Design, implementation and capacity building – 10 months.

Operations and maintenance including defect and liabilities period (DLP)- 12 months.

Tentative time for agency onboarding- February 2025

Reporting to Technical Supervisor of this assignment

Chief of WASH Section, UNICEF Bangladesh.

 

 

 

1.0BACKGROUND

 

Inadequate and inappropriate management of healthcare waste (HCW) is a significant issue in many developing countries, posing severe risks to both public health and the environment. Poorly managed HCW exposes healthcare workers, waste handlers, and the broader community to infections, toxic substances, and physical injuries. Although infectious waste makes up a relatively small proportion (only 15%) of total healthcare waste, its potential to cause harm is considerable. Unsafe management of biohazardous waste can have a critical impact on this population and the environment especially in the context of pandemics like Ebola, Covid-19 and currently the Monkeypox global outbreak. Infectious waste in unadopted landfills can contaminate the ground and generate water pollution. Concerns include lack of proper disposal of syringes, open burning and incineration of health care waste with consequent emissions of particulate matter (and in some cases dioxins and furans, and toxic metals) and unintended release into the environment of pharmaceuticals, or chemical and biological hazards, including drug resistant microorganisms[1]. It must therefore be handled separately from other waste streams through a dedicated system, particularly in regions where waste scavenging, often by children, is common.

 

Health care waste management services are essential to quality of care and infection prevention and control in health care facilities. Every day each patient generates between 0.2 and 1 kg of biohazardous waste. The aim of managing this waste should be the use of non-burn technologies rather than the current open burning or high temperature incineration approach as this would drastically reduce CO2 emission and environmental pollution compared to current processes.

 

The COVID-19 pandemic spurred the development of green and safe technology for healthcare waste treatment. With support from UNICEF and WHO and through a bidding process, a series of innovative and climate resilient technologies like Autoclaving, Microwaving and Heat -Friction were introduced. A total of 5 companies were provided in 2023 with LTA’s. These selected technologies have obtained the required international certificates and in addition to their green label, considerably reduce the risk of infections of healthcare workers during the waste management operations. These innovative technologies also protect the communities surrounding the health structure and the environment from exposure to dioxins and furans due to the traditional burning of volumes of medical waste. These new technologies can safely treat solid and liquid waste; sharps and small metal instruments; expired and used vaccines vials and pharmaceuticals; as well as small body parts and cultures.

 

In Khulna City, healthcare waste management is unregulated and poorly organized. Medical waste is often not properly segregated, collected, or treated, leading to significant threats to both public health and the environment. In 1997, with technical support from the World Bank and financial backing from Swiss Development Cooperation (SDC), a hospital waste management system was introduced in Khulna City Corporation (KCC). The system, operated by the national NGO "Prodipan," managed to collect medical waste from a limited number of healthcare facilities. However, the service is limited in scope, covering only a fraction of the healthcare facilities in the city. Due to the absence of a functional waste treatment facility, this waste is still being dumped in the open at the Rajbandh-2 site. Expansion of the service and the introduction of a comprehensive waste management facility is urgently needed to improve overall health outcomes and ensure environmental safety in Khulna City​. Proper systems must be established to segregate, package, transport, store, and treat medical waste from hospitals, clinics, diagnostics, and dental facilities,  followed by safe transportation to treatment sites are critical priorities.

 

UNICEF is issuing a Request for Proposal (RFP) from agencies with expertise in planning, designing, construction and medical waste management within Bangladesh to be engaged in the construction and implementation of a Medical Waste Management Plant (MWMP) and this in close cooperation with the Khulna City Corporation and the supplier of a healthcare waste treatment technology.  The scope of services includes:

 

  • Feasibility study.
  • Design, drawing, estimates, BoQ preparation, layout plan. Consultation with City Corporation, DoE (collection of ECC) and other stakeholders like the supplier of a the healthcare waste treatment technology and UNICEF.
  • Construction of a medical waste management facility, ensuring safe segregation, treatment, and disposal of medical waste including construction of protected shed for the waste management plant.
  • Appropriate installation as per recommendations of the supplier of a green and safe technology for healthcare waste treatment that will be provided through LTA by UNICEF.
  • Establishing protocols for safe transportation and handling of medical waste from healthcare facilities to the treatment plant.
  • Facilitate with the supplier of the equipment a training and capacity building for local operators and facility staff to ensure sustainable operations.

2.0SCOPE OF WORK

 

The selected agency will be responsible for providing turnkey services with the objective of establishing a” functional and sustainable Medical Waste Management Plant (MWMP)” operated by trained service providers engaged by the Khulna City Corporation (KCC) with the purpose of managing the infectious medical waste generated by public and private healthcare facilities in Khulna”. 

 

  1. Description of the Assignment

The contracting agency will be responsible for accomplishing the below tasks:

 

  1.  Planning Phase:

Feasibility Study: A thorough feasibility study will be conducted to assess the things include (i) figure out actual quantity of generated medical waste per day including number of HCFs and patients, (ii) suitability of allocated land for the MWMP (iii) current knowledge and practices of  source segregation, collection, transportation and disposal of medical waste, (iv ) proposed layout plan, design, drawing and BoQ of MWM Plant including CAPEX and at least six months  OPEX, (v) necessary approval process from relevant Govt agency/agencies (vi ) current available resources like medical waste transport vehicle and (v) proposed implementation plan. This study should cover potential environmental, health, and operational risks and propose mitigation strategies.

Environmental Impact Assessment (EIA): Perform a comprehensive EIA as required by Bangladesh's environmental regulations. This should identify potential negative impacts on the surrounding environment and include a plan for mitigating risks, especially concerning emissions from incineration and wastewater from the effluent treatment plant. Make necessary liaison with DoE and ensure all compliances.

Facility Design: Develop the architectural and engineering designs for the MWMP, considering future expansion capabilities. This includes detailed blueprints for each component of the plant:

  • Fencing.
  • Concrete floor and roofing over the whole waste zone.
  • Open Waste Reception and storage area.
  • Needle cutter, separation table, and rinsing of used syringes.
  • Soak pits for wastewater from rinsing syringes.
  • Closed shredding facilities.
  • Closed storage for shredded syringes.
  • Closed storage space for Microwave or Autoclave facilities (25 m2).
  • Pits for organic waste like placenta and amputated bodily parts.
  • Closed storage for processed waste.
  • Electricity provision of 50 kWh or 65 KVA (transformer or generator).
  • Plant Operator’s Room.
  • The pilot must include provisions for future expansion.

 

  1. Design Phase

 

Detailed Engineering Design: Produce detailed technical specifications for all plant components, ensuring compliance with the Bangladesh Medical Waste Management and Processing Rules (2008). Include:

  • A robust effluent soak pit to handle all wastewater generated during waste processing.
  • Proper safety measures, including fire suppression systems, personal protective equipment (PPE) storage, and first aid stations.
  • Space for utilities such as power and water supply. Necessary backward and forward linkages.
  • Operational Flow Diagram: Create a workflow diagram detailing the entire medical waste management process, from the collection of waste at medical facilities to its final disposal or recycling. Keep liaison with the medical practitioners (i.e. public and private HCFs) association in Khulna.

 

  1. Approval Phase:

Necessary approval from regulatory authority: Manage necessary approvals from respective regulatory authorities.

This may include but not limited to the followings:

  • Approval from Khulna City Corporation.
  • Approval from DoE
  • Approval from DGHS/hospital authority
  • Any other regulatory/coordination body (i.e. power development board for transformer/generator).

 

  1. Construction and Implementation Phase

Manage all aspects of construction, including earthworks, foundation laying, erection of plant buildings, pits, equipment base for shredder and Microwave or Autoclave facilities and installation of necessary infrastructure as per facility design (e.g. utilities, placenta pits, soak-away pit; etc.)

 

Equipment Procurement and Installation: Procure and install the necessary equipment, including:

  • Waste Bins for source segregation of medical waste.
  • Microwave or autoclave machines will be provided by UNICEF.
  • Shredders for plastic waste.
  • Needle cutter and segregation table.
  • Storage containers for processed waste.

 

  1. Operation and Maintenance Phase

 

Operational Support: Provide operational support for at least 6 months period after handing over the facilities  to Khulna City Corporation. This will include:

  • Trouble shooting
  • Daily allowance and technical support to plant operators
  • Ongoing maintenance of equipment like electricity, fuel, transport vehicle, waste Bins  etc.
  • Maintenance of placenta pits
  • Shredding of syringes
  • Regular health and safety audits
  • Certification process with DoE/relevant authority

Capacity Building Training: It includes (i) ToT to the KCC/ local service provides relevant personnel on technological solution in collaboration with the equipment provider, O&M and OHS and (ii) Training to plant operators and technicians on proper waste handling, O&M and OHS materials and use  including refreshers.

Compliance Monitoring: Ensure that all construction and operational phases comply with local regulations and standards, including the Department of Environment's guidelines for wastewater discharge, and occupational health and safety.

 

  1. General specifications: The Works will be carried out in accordance with the Drawings, Bill of Quantities and Technical Specifications provided under Annex E: Technical Documents and in accordance with all construction standards applicable in.

 

  1. Site visit: Potential Bidders [shall or must] visit the sites they are interested in prior submitting their offers to get familiar with site conditions that may affect their Proposals. Potential Bidders are expected to make their own arrangements to visit the site and on their own expenses. UNICEF shall accept no excuse or claim whatever from the Selected Contractor for not knowing or being able to properly evaluate the site condition and assess the equipment, local material, local labour, etc. requirements for the Works to be carried out. Questions should be submitted in writing to UNICEF in accordance with instruction provided under the RFP.

 

  1. Greening and accessibility: All construction and rehabilitation works implemented directly or indirectly by UNICEF shall be in line with the Organization’s commitments towards Accessible Buildings and achieving Climate Neutrality by 2020, as per PROCEDURE/DFAM/2020/001 on Eco-efficiency and Inclusive Access in UNICEF Premises and Operations, CF/EXD/2017-004 on Accessibility in UNICEF’s Programme-Relegated Construction, and Decision Memo: UNICEF Climate Neutral Strategy, 26 May 2015.

3.0EXPECTED DELIVERABLES AND TIMEFRAME

 

The summary of expected results is shown below:

 

  •  

Product/deliverables (as further detailed under Annex 1)

Timeframe

Project inception

Submission of an inception report that includes (i) Feasibility study report, (ii) Environmental Impact Assessment (EIA) report, (iii) Facility design/layout plan, (iv) detailed engineering design and BoQ and (v) implementation plan.

 

2 months after contract award

 

Design Approval from relevant authority

  • Complete necessary approval from the local authorities like KCC, DoE etc.

1 month

Facility Construction

  • Completed facility construction as per approved design above.

8 months

Capacity Building Training

  • Complete in collaboration with the waste management equipment supplier a ToT to the KCC/ local service provides relevant personnel on technological solution, O&M and OHS and Training to plant operators and technicians on proper waste handling, O&M and OHS materials and use.

1 month

Operation & Maintenance including DLP

  • It includes (i) renovation works, (ii) spare parts, (iii) water quality analytical report with recommendations and (iv) SOP.

12 months

Compliance and Monitoring Reports

  • Monthly monitoring reports detailing, environmental impacts, social impacts and operational safety and certification from DoE.

Monthly (till end of contract)

 

Key Considerations

Quality Assurance: All deliverables must meet the required quality standards, with the contractor being responsible for implementing a Quality Assurance Plan. Any deviations from the standards will need to be corrected within the timeline provided by UNICEF.

Environmental Compliance: The contractor must adhere to local and international environmental regulations, particularly concerning emissions from incinerators and effluent from the treatment plant. A thorough environmental monitoring plan must be included in monthly reports.

Stakeholder Coordination: The contractor must work closely with Khulna City Corporation, the waste management equipment provider, healthcare facilities, and other local stakeholders to ensure smooth operation and integration of the MWMP into the existing healthcare infrastructure.

Risk Management: The contractor will be responsible for identifying, managing, and mitigating any risks associated with the construction and operation of the MWMP. This includes preparing contingency plans for delays, environmental hazards, and operational disruptions.

  1. The Defects Liability Period twelve (12) calendar months counted as from the date of the Certificate of Substantial Completion. Upon UNICEF’s acceptance of Works at Final Completion, the Certificate of Final Completion will be issued, and the Contract will be closed upon issuing of final payment.

 

  1. UNICEF will issue payments upon satisfactory completion of each Deliverable.

 

Milestones

Deliverables

% of Total Contact amount

Conditions for Payment

Timeline

Milestone 01

 

 Project Inception

 

10%

Upon submission and approval of the Inception report

2 Months

Milestone 02

Design Approval from relevant authority

 

10%

Upon submission and approval of detailed architectural, structural, and engineering designs for the MWMP

1 Months

Milestone 03

Facility Construction

 

40%

Upon completion of the pilot facility construction and certification of operational readiness by UNICEF

8 Months

Milestone 04

Capacity Building Training

 

10%

Upon successful completion of the training program for local operators and healthcare personnel, and submission of training materials and attendance reports.

1 Month

Milestone 05

Operation & Maintenance (including DLP) support including SOP

 

 

10%

Upon completion of the first 6 months of operation and maintenance support, including submission of operational reports and satisfactory performance evaluations by UNICEF and submission of SOP.

12 Months

Milestone 06

Final Compliance and Monitoring Report

Final handover of the project to KCC.

20%

Upon submission and approval of the final compliance and monitoring report, certifying that the MWMP is fully operational and compliant with all relevant standards and regulations.

1 Month

 

  1. The Potential Bidder may propose additional, or alternative, Deliverables to suit their recommended sequencing of the Works and expected cash flow during the execution of the Works. UNICEF will consider the Proposal as part of the technical evaluation.

4.0ELIGIBILITY AND QUALIFICATION

  1. The Potential Bidder shall provide all the information and documentation requested in this section with its Proposal. Failure to submit the information below will disqualify the Potential Bidder.
  2. Documents to be submitted in the Technical Proposal:
  3. The Potential Bidder must be a registered construction company in Bangladesh and have no conflict of interest to the Project. Technical Proposals shall include copies of original documents defining the constitution or legal status of the company, place of registration, and principal place of business; written power of attorney of the signatory of the Contractor to commit the Contract.
  4. A statement that the company (including all members of a joint venture and Sub-Contractor) is not associated, nor has been associated in the past, directly or indirectly, with the Project Manager or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as the Project Manage for the Contract.
  5. Copy of curriculum vitae (Maximum two (2) pages) of key personnel to be involved in the Project, such as Contract/Project Manager, Clerk of Works, and Foreman. UNICEF may verbally interview the key personnel before the commencement of the Project.
  6. Reports on the financial standing of the Potential Bidder, such as profit and loss statements and auditor’s reports for the past three years.
  7. Evidence of adequacy of working capital for the signed Contract (access to line(s) of credit and availability of other financial resources).
  8. Proposed Project Implementation Plan of Works showing the proposed implementation methods, quality control strategy, and schedule for all the activities in the Works.
  9. The Potential Bidder must provide sufficient information in their Proposal to demonstrate compliance with the requirements defined by UNICEF. The forms listed below contain the eligibility and minimum qualifying criteria that UNICEF will use to evaluate the Proposal for the award of the Contract.
    1. Information to be submitted in the Technical Proposal (ANNEX C):
  10. Technical Proposal Submission (Form 1)
  11. Technical Proposal Letter (Form 2)
  12. Potential Bidder General Information (Form 3)
  13. Potential Bidder’s Contact Details (Form 4)
  14. List of Proposed Key Personnel (Form 5)
  15. List of Machine and Equipment (Form 6)
  16. Potential Bidder’s Financial Information/ Adequacy of Working Capital (Form 7)
  17. Works in Hand and their Financial Values (Form 8)
  18. Litigations (Form 9)
  19. Proposed Project Implementation Plan of Works (Form 10)
    1. Information to be submitted in the Financial Proposal (ANNEX D):
  20. Financial Proposal Letter (Form 11)
  21. Summary of Financial Proposal (Form 12)
  22. Completed Bill of Quantities (Form 13)
  23. The Proposals prepared by potential contractors and all correspondence and documents relating to the Proposals exchanged by potential contractors and UNICEF shall be written in the [English] language.
  24. Errors in the Proposals
  25. Bidders are expected to examine all instructions and documentation of the RFP. Failure to do so will be at Bidders’ own risk. In case of errors in the extension price, the unit price shall govern.
  26. In the event of any discrepancy between the copies of the Proposals, the original shall govern. The original and each copy of the Technical and Financial Proposal shall be prepared in indelible ink and shall be signed by the authorized Contractor’s representative.
  27. The Proposal shall contain no interlineations or overwriting except as necessary to correct errors made by the Bidders themselves. Any such correction shall be initiated by the person or persons signing the Proposal.

5.0EVALUATION PROCESS AND METHOD

  1. Following the closure of the RFP, Technical Proposals will be evaluated by the evaluation team. The evaluation will be restricted to the contents of the Technical Proposals and the reference checks.
  2. UNICEF will first evaluate the completeness and responsiveness of Proposals concerning:
  3. The sealed double envelope system is followed (the Technical Proposal and Financial Proposal are submitted in separate sealed envelopes each)
  4. Submission of all documents requested in Section 5.2 and all information requested in Section 5.3.
  5. The Technical Proposal letter is duly signed (Form 2)
  6. Proposals that fail to comply with the above will be disqualified and will not be given further consideration.
  7. UNICEF will then evaluate the technical merits of each Technical Proposal using the rating system in Table 3 below.
  8. A maximum of 100 points will be assigned to the Technical Proposals. Technical Proposals receiving 70 points (70%) or higher will be considered technically responsive. Non-technically compliant and non-responsive Proposals will not be given further consideration.
  9. UNICEF will evaluate the Financial Proposals of those RFPs and the bids that pass the technical evaluation. The total number of points allocated for the Financial Proposal is 30 points. The maximum number of points will be allocated to the Proposal with the lowest price. All other Price Proposals shall receive points in inverse proportion to the lowest price.
  10. The recommendation for the award of each lot will be based on the best value for money principle. The Proposal obtaining the highest cumulative score (Technical + Financial) will be recommended for the award.

 

Table 3 Evaluation Criteria

EVALUATION CRITERIA of TECHNICAL PROPOSALS

CATEGORY

MAXIMUM POINTS

I. CONTRACTOR’S INFORMATION – MANDATORY REQUIREMENT

  1. General Information.
  2. Legal Documentation (evidence of Registration, Trade license, VAT & Tax certificates).
  3. Bidders Financial Information / Adequacy of Working Capital.
  4. Statement of Turnover Audited by bidder’s statutory auditor for the past 2 years.

and litigation (if any)

(10)

1

3

 

3

 

3

II. EXPERIENCE AS A CONTRACTOR DELIVERING SIMILAR WORKS

  1. Design conceptual design for the project with 3Ds.
  2. Detail approach adapted for the design phase.
  3. Detail plan for regulatory approvals.
  4. Detail technical specifications and standards for key components.
  5. Providing a list of the last five projects of a similar nature with email and telephone information for the clients along with workorder/POs
  6. Positive Reference checks for similar works done in the past three years (Please provide Completion Certificates of your clients).

 

(40)

10

5

5

7

8

 

5

III. METHODOLOGY, WORK PLAN, EQUIPMENT, QUALITY CONTROL MEASURES [PLEASE SUBMIT THE DETAILS AS PER YOUR OWN FORMAT]

  1. Detailed methodology showing the overall approach to be adopted in the execution of the works.
  2. Detailed quality control plan to be used in the execution of the works, addressing handling of materials, workmanship, and record keeping on-site to track daily progress.
  3. Detailed sequential programme of works/workplan for each phase from assessment to final completion of the works to achieve the stated timeline for the completion of works.
  4. Detailed equipment list (owned or leased). The equipment proposed should be sufficient in scope to achieve the timely completion of the works, with consideration for concurrent operations where more than one site is proposed.
  5. Risk and mitigation matrix

(35)

 

10

 

 

8

 

 

8

 

 

4

 

 

 

5

IV. TEAM COMPOSITION:

  1. Detailed list of personnel proposed for the execution of the works for this project with their responsibilities.
  2. CVs and profiles of the key technical project personnel that will be assigned to each of the proposed sites for this project (please submit in your own format).

(15)

7

8

Total

100

 

Technical Proposal has a total score of 100. Bidders must score the minimum points against a cumulative total of 70 points to be considered technically compliant and for the Financial Proposals to be opened.

 

6.0PROJECT MANAGEMENT

  1. Project Management and Coordination
  2. UNICEF will oversee the Works and the administration of the Contract, including the certification of payments through an appointed Project Management, or any other competent person, entity or firm appointed by UNICEF and notified to the Selected Contractor, to act in replacement of the Project Manager.
  3. UNICEF will supervise and inspect the Works during its execution through its Project Manager, or its representative. The Project Manager, or its representative, will provide instructions and clarify technical queries during the execution of Works in consultation with UNICEF.
  4. UNICEF, through its Project Manager or its representative, will regularly check the progress of Works and notify the Selected Contractor of any defects that are found. Such checking shall not affect the Selected Contractor’s responsibilities.
  5. If the Selected Contractor has not corrected a defect within the time agreed with UNICEF’s Project Manager or its representative, the Selected Contractor will be liable for Liquidated Damages.
  6. Communications between parties shall be valid only when in writing. Notice shall be valid only when it is delivered.

 

  1. Management Meetings
  2. Either UNICEF’s Project Manager, its representative or the Selected Contractor may require the others to attend a management meeting. The business of a management meeting shall be to review the plans for remaining Works and to deal with matters raised under the procedure for “Delays and Extension of time” sets out under UNICEF Contract for Construction.
  3. UNICEF’s Project Manager or its representative shall record the meetings and provide copies of the record to those attending the meeting and to UNICEF, including action points and responsible for each action point.

 

  1. Payment Certificates
  2. The Bill of Quantities is used to calculate the Contract Price for each Deliverable. The Selected Contractor will be paid for each deliverable accepted by UNICEF and following the price to each Deliverable agreed in the Contract.
  3. UNICEF will certify acceptance of partial, substantial, and final Works through its Project Management, or its representative. No payments will be processed prior to a written certificate of its satisfactory acceptance. Payments will be issued within a period defined in the Contract and following UNICEF’s procedures.

 

 

 

ANNEX C: TECHNICAL PROPOSAL FORMS

The following Annexes and information there within are considered an integral part of this submission and must be provided for the Proposal to be considered. The information should be provided according to the sample format.

 

 

Form 1: Technical Proposal Submission

This PROPOSAL FORM must be completed, signed, and returned to UNICEF. The proposal must be made according to the instructions contained in this Request for Proposal.

 

 

INFORMATION

Any request for information concerning this invitation, must be forwarded in writing by email or by fax, to the person who prepared this document, with specific reference to the RFP number.

 

DECLARATION

The undersigned, having read the Terms of Reference, the UNICEF Contract for Construction Works, the UNICEF General Terms and Conditions, and RFP# [LRPS-2024-…………….] set out in the attached document, hereby offers to supply the services specified in Terms of Reference at the price or prices quoted in the Schedule of Prices, in accordance with the specifications stated and subject to the Terms and Conditions set out or specified in the RFP# [LRPS-2024-……………………….]

 

Name of authorized representative:      _______________________________________

 

Title:                                                                                     _______________________________________

 

Signature:                                                                           _______________________________________

 

Date:                                                                                     _______________________________________

 

Supplier Name:                                                _______________________________________

 

Postal Address:                                                _______________________________________

 

Telephone No.:                                                _______________________________________

 

Fax No.:                                                                               _______________________________________

 

Email Address:                                                  _______________________________________

 

Validity of Offer (not less than 90 days):               _______________________________________

 

Currency of Offer:                                                           _______________________________________

 

 

Form 2: Technical Proposal Letter

 

 

Date: ___________

 

To:          Chief/ OIC SUPPLY & LOGISTICS SECTION

UNICEF Bangladesh, UNICEF House, Plot # E-30, Syed Mahbub Morhsed Avenue, Sher-E-Bangla Nagar, Dhaka 1207

 

 

 

 

Dear Madam/Sir,

 

We, the undersigned, offer to provide [Planning, Designing, Construction, and Implementation of a Medical Waste Management Plant (MWMP) in Khulna City Corporation (KCC), Bangladesh as specified in Terms of Reference ] in accordance with your Request for Proposal (RFP#_)dated [e.g., 5 October 2024] and our Proposal dated   [---------------]. We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial Proposal sealed under separate envelopes.

 

If negotiations are held during the period of validity of the Proposal, we undertake to negotiate based on the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.

 

We understand that you are not bound to accept any Proposal you receive.

 

 

 

Yours sincerely,

 

 

Authorized Signature:

Name and Title of Signatory:

Name of Construction Company

Address:

Form 3: Potential Bidder General Information

 

Potential Bidder General Information

 

Description

Information

Remarks

(to be filled by the Potential Bidder)

 

 Registration number

 

 

 Grade

 

 

 Specialty

 

 

 Expiry Date

 

 

 Legal Status

 

Provide certified copies of Registration

 Written power of attorney of 

 the signatory to the Bid

Provide original or certified copy of the power of

attorney attested by a Notary

 VAT Registration Nr.

 

 

 

 

Form 4: Potential Bidder’s Contact Details,

 

Name and Title of Contact Person

 

 

 

 

 

 

 

Address of Contact Person

 

 

 

 

 

 

 

Telephone/Cell number of Contact Person

 

 

 

 

 

 

 

Email of Contact Person

 

 

 

 

 

 

 

 

 

 

 

Form 5: Staff Qualification and Experience

 

Qualifications and experience of key management and technical personnel proposed for this Project. Signed CVs (Max. two (2) pages) of all proposed key staff must accompany the submission, and it should be noted that substitution of staff during Project implementation shall be subject to the approval of UNICEF. (Key Personnel of all sub-Contractors must also be listed along with the name of the sub-Contracting Companies). A detailed organization chart of the company, including the location and staffing of existing offices must also be attached to the offer.

 

Construction Management Staff

 A.  Key Professionals

Name

Position

Task

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 B.  Support Staff

Name

Position

Task

 

 

 

 

 

 

 

 

 

Form 6: List of Machine and Equipment

 

No

List of machine and Equipment

Quantity

Remark (rent, own, year of production, condition)

1

 

 

 

2

 

 

 

3

 

 

 

4

 

 

 

5

 

 

 

7

 

 

 

8

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                                         

                                                                                         

 

Form 7: Potential Bidder’s Financial Information/ Adequacy of Working Capital

 

Adequacy of Working Capital

 

Source of credit line

Amount

Remarks

 

 

 

Provide documentary evidence

 

 

 

 

 

 

 

 

 

Total

 

 

 

 

 

 

Form 8: Works in hand & their Financial Value

 

Works in Hand

 

Employer name & contact details

Description of Works/Services

Start date

End date

Amount

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Total:    

 

 

 

 

 

Form 9: Litigations

 

Information on any current litigation in which the Firm(s) is involved.

Other Party(ies)

Cause of Dispute

Amount Involved

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Form 10: Proposed Project Implementation Plan

 

The proposed Project Implementation Plan of Works and schedule of activities must be submitted with this Technical Proposal. The work plan and schedule should be prepared in detail to the extent possible and include time allocated to sites- and district-level periodic progress review meetings and preparation of agreed progress reports.

The Potential Bidder may be asked to provide clarification or present the Proposed Plan to UNICEF as part of the Proposal evaluation process. The Selected Contractor will submit the final Project Implementation Plan for UNICEF’s approval within [fourteen (14)] calendar days of the Effective Date of the signed Contract (see 4.3). The Project Implementation Plan submitted by the Selected Contractor and accepted by UNICEF will be part of the agreement signed with the Selected Contractor. Penalties for delays will be strictly enforced as per the General Terms and Conditions.

 

The Proposed Implementation plan shall include:

- implementation methods,

- quality control strategy,

- schedule for all activities in a bar chart format, personnel plan in line with scheduled Deliverables and payment,

- analysis of anticipated Project risks, and their approach to mitigate and control such risks,

- proposed approach to mitigate negative social and environmental impact on local community by the Project, approach to address labor’s rights and their health and safety

 

 

 

 

 

 

A.1 

ANNEX D: FINANCIAL PROPOSAL FORMS

 

Form 11: Financial Proposal Letter

 

 

 

Date: ___________

 

To:          UNICEF Bangladesh, UNICEF House, Plot # E-30, Syed Mahbub Morhsed Avenue, Sher-E-Bangla Nagar, Dhaka 1207 

 

 

 

Dear Madam/Sir,

 

We, the undersigned, offer to provide the [Planning, Designing, Environmental Clearance Certificate from Department of Environment (DoE) and Implementation of “a Medical Waste Management Plant” in Khulna City Corporation (KCC), Bangladesh as specified in the Annex B and Annex-E following your Request for Proposal dated [XXXXXXXX], and our Technical Proposal.  

 

Our attached Financial Proposal is for the sum of (---------------------------------------------------------------------------------------------------------------------------amount in figures and words).  This amount is inclusive of all taxes payable under the applicable law.

 

Our Financial Proposal shall be binding on us subject to the modifications resulting from Contract negotiations, up to the expiration of the validity of the Proposal.

 

We understand that you are not bound to accept any Proposal you receive.

 

 

 

Yours sincerely,

 

 

Authorized Signature:

Name and Title of Signatory:

Name of Construction Company

Address:

 

Form 12: Sample of Financial Proposal (from BOQ)

 

Complete the BOQs for appropriate LOT NUMBER shared in Annex-E and provide the summary below in Table (or only for applicable Lot).

 

Table-12.1: Summary of Financial Proposal

Lot #

District

Zone

Work Type

Total Value

(BDT)

1

Khulna

Khulna City corporation

Design and implementation

 

 

 

Total Value

(Excl VAT)

 

 

 

 

VAT

 

 

 

Total Value

(Incl VAT)

 

 

[Add and modify table as required]

 

Notes:
 

  • UNICEF will assume that the Potential Bidder has factored in its offer all causes that may influence the prices.
  • All prices are inclusive of all fees except VAT, sub-Contractor fees, documentation reproduction, legal fees, contingencies, and administrative fees, all taxes, or any other fees necessary to the Potential Bidder to achieve the Objective of the RFP.
  • All amounts should be quoted in [Local currency (e.g., Bangladeshi Taka)].
  • The Selected Contractor shall be paid only upon UNICEF acceptance of the work or deliverable.
  • All payment will be done through bank transfer.
  • The Potential Bidder may suggest the alternative payment schedule (the manner in which payment requested), with justification of each installment with the Deliverables UNICEF will receive against each installment required.

 

 

 

Form 13: Completed Price Bill of Quantities (BoQ)

(as part of Financial Proposal)

 

ANNEX E: TECHNICAL DOCUMENTS

(SPECIFICATION AND DESIGN DRAWINGS)

 

(attach Specifications and Design drawings)

 

 

 

 

[1] WHO Guidance for Climate-Resilient and Environmentally sustainable Health Care Facilities.