Confirm cookie choices
Cookies are pieces of code used to track website usage and give audiences the best possible experience.
Use the buttons to confirm whether you agree with default cookie settings when using ebrd.com.

Ukraine Public Transport Framework: Strengthening of the Public Transport Local Regulatory Framework

Location:

Ukraine

Business sector:

Municipal and environmental infrastructure

Funding source:

Not Yet Determined

Contract type:

Consultancy Services

Notice type:

Invitation for expressions of interest (CSU)

Issue date:

10 May 2016

Closing date:

31 May 2016   at  23:59   London

Access eSelection

Programme Description:

The European Bank for Reconstruction and Development (the “EBRD” or the “Bank”) has approved the Ukraine Public Transport Framework (the “Programme”) to support investments in public transport renewal in Ukrainian cities. The Programme will finance a number of smaller sub-projects. The ultimate goal of the Programme is to support development of reliable passenger transportation service.

It is expected that the Programme will finance the following investments:

  • Acquisition of new trams, trolleybuses and buses;
  • Rehabilitation and modernisation of tram and trolleybus electrical infrastructure;
  • Renovation of depot and acquisition of new maintenance equipment; and
  • Implementation of Automated Fare Collection (“AFC”) and vehicle location (“AVL”) systems.

The objective of this assignment is to assist cities in Ukraine in strengthening their urban transport regulatory framework by identifying factors causing deterioration of services and failures in market regulation, preparing affordable and effective urban transport development strategies based on local context and circumstances, development of comprehensive action plans for implementation of such strategies.

Framework Agreements for the Programme

The Bank intends to enter into Framework Agreements with up to six consultants (the “Framework Consultant(s)”) to enable the Bank to call upon a shortlist of pre-qualified firms from which it can quickly and efficiently obtain reliable services. The Framework Agreement will establish, in advance, fee rates for experts, contract terms and agreements, and procedures that will govern individual assignments (Assignments or Call-offs) to be required to implement the Programme. Under these Framework Agreements, the Bank will have the option, but not the obligation, to place individual Assignments with the selected Framework Consultants.

Framework Consultants will be selected for individual Assignments in accordance with EBRD’s Procurement Policies and Rules (“PP&R”). The Bank may send to the Framework Consultant(s) specific Terms of Reference for the Assignment (“Specific ToR”). The Specific ToR will include a description of the tasks to be performed, time-schedules and reporting instructions. The Framework Consultant(s) should respond by sending to the Bank a technical and financial proposal for the Assignment together with details of the Expert(s) proposed to carry out the work. The Bank will then assess the response(s) and – subject to successful negotiations - issue a call-off notice for the individual Assignment to the selected Framework Consultant.

Description of individual Assignments (Call-offs)

The Framework Consultant’s tasks under each sub-assignment may include:

(1) Analysis of urban transport system and regulatory framework, including developing a transport model and training the City to use it, providing a comparative analysis of transport modelling software, collecting all data on the urban transport system and conducting an analysis of existing frameworks.

(2) Institutional set up for Management of Urban Transport, including setting up a transport authority if needed, reviewing current legislation, outlining the proposed management and organisational, accountability, decision-making and reporting structures for the transport authority, preparing the required set of legal documents and assess the authority’s expansion needs e.g. traffic management, control centre, parking management, and revenue collection system.

(3) Contracting of Transport Operators, including:

(a) Enabling cities or their transport authorities to directly award metro, tram and trolleybus service contracts to in-house municipally or oblast-owned companies without a tender procedure.

(b) Balancing the contractual set up between a transport operator and a city, so that operators could attract direct financing for vehicles/rolling stock from the banks;

(c) Enabling a city to effectively coordinate expiration contracts with commencement of new operators service without any disruption to users;

(d) Developing a tailor-made contract for contracting provision of regular passenger transportation services for bus and minibus operators with a mechanism to gradually integrate them in single route, timetable, dispatch and passenger information and ticketing systems;

(e) Improving the regulation (tender procedure and documents) for selection of transport operator to allow a city using alternative selection criteria (e.g. price for vehicle kilometer) contrary to the current set of criteria being used.

(f) Assisting with preparation of deployment of automated fare collection systems, including preparing full feasibility studies and AFC implementation strategies with comprehensive action plans, drafting necessary revisions to local regulations and proposing changes to the existing public transport regulatory framework.

(g) Parking Management including analysing the regulations on parking at national and local levels, carrying out a comprehensive assessment of parking infrastructure, demand and its profile, assessing feasibility for introduction of charge parking, providing cost estimates for capital and operational cost of the system, and preparing a parking strategy for a city.

Status of Selection Process: Interested firms or groups of firms are hereby invited to submit expressions of interest.

Programme Start Date and Duration: The Programme is expected to start in Q3 2016. The selected Framework Consultants will be engaged via Framework Agreements with a validity period of up to three years, renewable for one further year only.

Cost Estimate for the Programme and Assignments: EUR 1,500,000 (exclusive of VAT). The cost estimate for individual Assignments will vary depending on their specific scope, but individual budgets are expected to be EUR 150,000 (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: This Programme is expected to be funded by donor funds. Please note that selection and contracting will be subject to the availability of funding.

Eligibility: There are no eligibility restrictions.

Framework Consultant Profile: Corporate services are required. The Consultant will be a firm or a group of firms preferably with previous project experience related to:

1. Public transport organisation

2. Urban transport Public Service Contracts

3. Parking management

4. AFC systems

5. Transport law

6. Reputable team of local lawyers with experience on work with government and amendments to legislation in the country or on local level, legal analysis on regulatory framework, and, preferably, of work with IFIs.

The Consultant’s expert team is expected to include key experts as follows:

Key Expert No 1 (Team Leader) with preferably 15 years’ experience in public transport organisations.

Key Experts No 2 (Pool of technical experts including urban transport, parking and AFC specialists) with preferably 10 years’ experience in the urban transport sector.

Key Expert No 3 (Legal expert) with preferably 10 years’ international experience in the regulation of parking, urban transport and traffic management systems.

Key Experts No 4 (Pool of local legal experts) with preferably 5 years’ experience of working with the government and making amendments to legislation in the country or on local level, legal analysis on regulatory framework, and, preferably, of working with IFIs.

Submission Requirements: In order to determine the capability and experience of Consultants seeking to be shortlisted for the Programme, 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 Assignments 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 15 pages excluding CVs and contact sheet.

Expressions of Interest should be submitted in English electronically through e-Selection, to reach the Bank not later than the closing date. The complete expression of interest (including cover letter, CV, declaration and contact sheet etc.) shall be one file (pdf) to be uploaded to eSelection. The EBRD reserves the right to reject applications of experts submitting more than one file. Only if the permissible file size (4 MB) is exceeded, the Consultant may split the expression of interest into further files.

Bank Contact Person:

Georgia Vasiliadis

Technical Co-operation

European Bank for Reconstruction and Development

One Exchange Square

London EC2A 2JN

Tel: + 44 20 7338 7750

e-mail: vasiliag@ebrd.com (submissions should be sent through eSelection and NOT to this email address)

Notes:

1. Following this invitation for expressions of interest, a shortlist of qualified firms will be formally invited to submit proposals. Consultant selection and contracting will be subject to availability of funding.

2. The shortlist criteria are:

(a) Firm’s experience in similar assignments in the urban transport sector (35%)

(b) Firm’s experience in similar assignments in the urban transport sector in Ukraine (30%)

(c) CVs of key experts (35%)

GDPR Cookie Status