RFP: Technical Assistance services for the Project Preparatory Study of the Metro Dhaka Water Security and Resilience Program

The World Bank

Bangladesh 🇧🇩

Government of the People’s Republic of Bangladesh

Office of the Project Director, Ministry of Local Government, Rural Development and Cooperatives (Local Government Division)

Project Preparatory Study for Metro Dhaka Water Security and Resilience Program

Room-907, DWASA Bhaban,98, Kazi Nazrul Islam Avenue, Kawran Bazar, Dhaka-1215

E-mail: metrodhakapm@gmail.com

Memo no: 48.113.640.00.00.03.2026.01                                                                         Date: 15/03/2026

Request for Expression of Interest (EOI) (Technical Assistance Services)

Assignment Title: Technical Assistance services for the Project Preparatory Study of the Metro Dhaka Water Security and Resilience Program.

The Government of the People’s Republic of Bangladesh has received financing from the World Bank to implement a Technical Assistance project supporting the Metro Dhaka Water Security and Resilience Program. A portion of this financing will be used to procure consulting services to assist the Local Government Division under the Ministry of Local Government, Rural Development and Co-operatives in conducting a preparatory study for the Program.

The consulting services (“the Services”) will support the design and preparation of the Metro Dhaka Water Security and Resilience Program project through a range of integrated interventions. These include planning for sewerage, drainage, solid and fecal sludge management, rehabilitation of existing canals, and establishment of a pollution monitoring and enforcement system specifically for the Turag River. The Services will also focus on assessing technical, environmental, social, and institutional aspects of the program, and preparing actionable recommendations for project implementation across the Greater Dhaka Metropolitan area

The objectives of the assignment are:

  • Design sewerage networks in Aftabnagar and Banasree under the Dasherkandi catchment area and Gulshan–Banani Lake interceptor.
  • Design canal rehabilitation works.
  • Design the Fecal Sludge Management System (FSMS).
  • Design the Solid Waste Management System (SWMS).
  • Design the stormwater drainage system.
  • Conduct necessary surveys to support planning and design.
  • Identify and map point and non-point pollution sources.
  • Assess industrial compliance.
  • Identify locations for online monitoring systems.
  • Establish a water quality monitoring network with strategic sampling points.
  • Develop an enforcement framework..

Expected date for commencement of the services is July 2026 and the tentative duration of the entire assignment is about 10(Ten) months. A draft TOR can be found at the following website: www.lgd.gov.bd or can be obtained at the address of the undersigned given at the top of the letter head.

The Local Government Division (LGD) under the Ministry of Local Government, Rural Development and Cooperatives, Government of Bangladesh now invites eligible Consultancy Firms to express their interest in providing the Services. Interested Consulting firms should provide information demonstrating that they

have the required qualifications and relevant experience to perform the Services. The qualifications and experiences for short listing are:

  1. General Experience of the Firm in providing engineering services (core business and years in business)
  2. Experience in similar assignments of comparable size, complexity, and technical specialty in the required areas: Consultancy services for preparatory studies, integrated sewerage and drainage planning, solid and fecal sludge management, canal rehabilitation, and pollution monitoring system design for urban water security and resilience projects in metropolitan or large city settings.
  3. Experience in development partners funded Projects.

Consultants are requested to submit, but not limited to, the following supporting documents in support of the above-mentioned criteria:

  1. The Firm’s Incorporation/Trade/registration documents from the country of the firm;
  2. Firm’s brochures; and
  3. description of similar consultancy contracts, including the scope, contract amount, name of Client, period of the contract (date of contract signing to date of completion), location/country of the services, etc.

The attention of interested Consultants is drawn to Section III, Para 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers, July 2016 and updated in November 2020,” setting forth the World Bank’s policy on conflict of interest.

A consulting firm is allowed to submit the expression of interest alone if it considers itself to be fully qualified on its own for the assignment, as it is not mandatory for consultants to associate with any other firm(s), whether foreign or local. Alternatively, if consultants themselves choose to associate to enhance their qualifications and capability for the assignment, then such associations may either be as a Joint Venture (i.e., all members of the joint venture shall be jointly and individually responsible) and/or Sub-consultants (i.e., the Consultant will be responsible, including for the services of the sub-consultant). In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. However, the qualifications/experience of sub-consultants will not be considered by the Client in the evaluation of Expressions of Interest for Shortlisting purposes.

If shortlisted, Consultants will still have opportunity at the subsequent proposal preparation stage to further enhance their expertise for the assignment by associating with non-shortlisted consultants in the form of a Joint Venture or as Sub-consultants. In all such cases a shortlisted Consultant must obtain the written approval of the Client prior to the submission of the Proposal, for which the shortlisted Consultant will be required to justify the rationale for associating and specify the proposed role and relevant qualifications of the proposed associate(s) for carrying out the assignment. When associating with non-shortlisted firms in the form of a joint venture or a sub-consultancy, the shortlisted Consultant shall be the lead member. However, Instruction to Consultant (ITC) clauses of RFP will prevail in regards to association with non- shortlisted firms or sub-consultants during the proposal preparation stage.

A Consultancy Firm will be selected in accordance with the Quality and Cost Based Selection (QCBS)

method set out in the Procurement Regulations.

Further information can be obtained at the address of the undersigned given below, during office hours from 9:00 am to 5:00 pm Bangladesh Standard Time (BST):

Office of the Project Director, Ministry of Local Government, Rural Development and Cooperatives (Local Government Division)

Project Preparatory Study for Metro Dhaka Water Security and Resilience Program Room-907,DWASA Bhaban,98, Kazi Nazrul Islam Avenue, Kawran Bazar, Dhaka-1215 E-mail: wsbr@lgd.gov.bd

Expression of Interest (EOI) must be delivered in written form in sealed envelope to the address of the undersigned (in person or by mail) by 1:00 pm (BST), 15 April, 2026.

The PE will not be responsible for any expenses incurred by the firm(s) in connection with the preparation or delivery of the EOI.

SD/-

(Hosna Afroza)

Joint Secretary and

Project Director

(Project Preparatory Study for Metro Dhaka Water Security and Resilience Program), LGD

11 days remaining

Apply by 15 April, 2026

POSITION TYPE

ORGANIZATION TYPE

EXPERIENCE-LEVEL

IHE Delft - MSc in Water and Sustainable Development