Project Description
The European Bank for Reconstruction and Development (the “EBRD” or the “Bank”) intends to provide a loan to the Egyptian Ministry of International Co-operation (“MOiC”) to finance procurement of rolling stock for Cairo Metro, in particular to to procure up to thirteen metro trains (the “Project”).
The National Authority for Tunnels (“NAT”,) and the Bank have agreed that the assistance of experienced procurement consultancy firm (the “Consultant”) is required in order to ensure the procurement is carried out in line with best international practice.
The procurement of the rolling stock will be made through open tendering procedures in accordance with EBRD’s Procurement Policies and Rules (“PP&R”). The format of the final tender documents will be based on EBRD’s standard tender documents. The Consultant’s services are required to train and assist NAT by providing inputs to prepare the tender documents, assisting during tendering and with the evaluation of tenders in order to ensure they are executed in line with the EBRD’s PP&R.
Assignment Description
The Bank now intends to engage the Consultant to facilitate timely and effective procurement by training and rendering assistance to NAT in the preparation of tender documents, including technical specifications, tender implementation, evaluation of tenders and contracting (the “Assignment”).
The Consultant will provide assistance in the procurement of the metro trains in a detailed manner in accordance with the best international practice, agreed procurement strategy with NAT and the Bank and procedures, specifications and documentation of the Bank and pursuant to all other agreements stipulated in the Loan Agreement signed between the MOiC and EBRD.
In order to meet the above objectives the Consultant shall, inter alia:
(a) advise on procurement strategy in the light of the beneficiary requirements;
(b) assist with establishing appropriate qualification criteria;
(c) advise the client and prepare technical specifications;
(d) assist to prepare tender documents, clarifications/explanations and other relevant information to facilitate preparation of the tender documents;
(e) assist with preparation of full maintenance contract, including both technical and commercial requirements;
(f) assist with clarifications and amendments to the tender documents, during tendering process;
(g) assist during tenders opening session and draft the tender opening minutes;
(h) assist with the evaluation of tenders and prepare evaluation report;
(i) assist with notification of contract award and notices to unsuccessful tenderers;
(j) support NAT in resolving complaints, if any;
(k) support the client in contract finalization
Status of Selection Process: Interested firms or groups of firms are hereby invited to submit expressions of interest.
Assignment Start Date and Duration: The Assignment is expected to start in August/September 2015 and has an estimated overall duration of 7 months.
Maximum Cost Estimate for the Assignment: EUR 270,000 (exclusive of VAT).
The Consultant must determine whether any VAT would be chargeable on the services and the basis for that determination, without taking into consideration the special status of the Bank as an IFI and state this to the Bank in their response to the Invitation for Expressions of Interest. To the extent that a Consultant incurs input VAT on goods and services purchased in connection with the provision of services (e.g. VAT on airline ticket) which is not otherwise recoverable by the consultant from the local tax authority, the gross cost to the consultant of such expenses shall be treated as a reimbursable expense.
Funding Source: It is expected that the Assignment will be funded by EC SEMED Project Preparation Framework – NIF Funded. The selection and contracting will be subject to the availability of funding.
Eligibility: There are no eligibility restrictions.
Consultant Profile: Corporate services are required. The Consultant should have extensive project experience in similar assignments, including without limitation: (i) professional expertise and technical knowledge with regards to metro trains, their manufacturing sector and maintenance contracts for metro trains, preferably in Egypt or other countries of the region of the Assignment; and (ii) good knowledge of and preferably 10 years of practical experience in the procurement rules and procedures of international financial institutions, preferably World Bank or the EBRD .
Previous project experience in Egypt would be an advantage.
The Consultant team should include the following key experts (the “Key Experts”):
1) Key Expert 1: Procurement Specialist/Project Manager who should preferably have 10 years experience in the IFIs (or equivalent) procurement assignments (EBRD or the World Bank funded projects will be an advantage), preferably in the region of the Assignment, as well as other relevant knowledge and experience enabling to successfully:
- lead the assignment and oversee all aspects of preparation of technical specification and tender documents, providing support during the procurement process and contract finalisation, evaluation of tenders and providing of procurement training;
- provide assistance to NAT during the whole procurement process;
- develop and implement the required documents and insure they are prepared in accordance with the international standards and EBRD’s PP&R;
- conduct a procurement workshop;.
2) Key Expert 2: Technical Specialist (Engineer) who should preferably have 10 year experience in metro trains, preferably in the region of the Assignment, as well as other relevant knowledge and experience enabling to successfully:
- work closely with NAT to make sure all technical requirements of the Client are met and acceptable for the Bank’s financing;
- be responsible for preparation of technical specification and requirements in the tender documents and other required documents during the procurement process, technical evaluation of tenders and contract finalisation (technical part) in accordance with the international standards and EBRD’s Procurement Policies and Rules;
- develop a training programme, acceptable for the Bank, for the Client’s staff and conduct procurement workshops within the contract duration.
3) Key Expert 3: Maintenance Specialist who should preferably have 5 years experience in metro trains maintenance, preferably in the region of the Assignment, as well as other relevant knowledge and experience enabling to successfully:
- work closely with NAT/ECM to prepare requirements for maintenance contract reflecting best international practice and acceptable for the Bank;
- be responsible for preparation of draft maintenance contract to include in the tender documents;
- assist NAT to negotiate maintenance contract with the winning tenderer.
All experts of the Consultant’s team should be fluent in English.
Submission Requirements: In order to determine the capability and experience of Consultants seeking to be selected for this Assignment, the information submitted should include the following:
1. Company/group of firms’ profile, organisation and staffing (max. 2-4 pages).
2. Details of previous project experience or similar assignments particularly undertaken in the previous five years, including information on contract value, contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided (if different from duration) , main activities, objectives.
3. CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar assignments, particularly assignments undertaken in the previous five years, including information on contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, main activities, objectives.
4. Completed Consultant Declaration Form and Contact Sheet, the template for which is available from the following web-link:
http://www.ebrd.com/pages/workingwithus/procurement/notices/csu/contact_sheet.doc.
The above information should not exceed 25 pages excluding CVs, Consultant Declaration Form and Contact Sheet.
Failure to provide the completed Consultant Declaration Form and Contact Sheet may result in disqualification of the applicant from the selection process.
The complete expression of interest (including CVs, Consultant Declaration and Contact Sheet) should be submitted, in English electronically through e-Selection, to reach the Bank not later than the closing date indicated above. The expression of interest shall be one file (pdf). The EBRD reserves the right to reject applications of firms submitting more than one file. Only if the permissible file size is exceeded (4MB), the Consultant may split the expression of interest into further files.
EBRD Contact Person:
Marina Matushina
Advisor
Technical Co-operation
European Bank for Reconstruction and Development
One Exchange Square
London EC2A 2JN
Tel: + 44 20 7338 6577
E-mail: matushim@ebrd.com (submissions should be sent through eSelection and NOT to this email address)
Notes:
1. The selection will normally be made from responses to this notification only. Consultants will not be asked to submit a proposal. The highest-ranked Consultant will be selected from a shortlist and be invited to negotiate the contract, subject to availability of funding.
2. The shortlist criteria are:
(a) Firm’s previous project experience in similar assignments (40 %)
(b) Firm’s previous project experience in Egypt or other countries of the region of the Assignment(15 %)
(c) CV of the Key Experts in accordance with the corresponding requirements listed above (45 %)