Procurement No: AUC/IED/C/046€¦ · April 2019 1 AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA...
Transcript of Procurement No: AUC/IED/C/046€¦ · April 2019 1 AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA...
April 2019 1
AFRICAN UNION
UNION AFRICAINE
UNIÃO AFRICANA
Addis Ababa, ETHIOPIA, P. O. Box 3243, Telephone: +251-11-551 7700,
Fax: +251-11-5517844, website: www. africa-union.org
REQUEST FOR PROPOSALS
CONSULTANCY SERVICES FOR CONDUCTING A
CONTINENTAL INFRASTRUCTURE MARKET AND
DEMAND STUDY FOR AFRICA
Procurement No: AUC/IED/C/046
April 2019
April 2019 2
SUPPLIERS CHECKLIST PRIOR TO SUBMISSION OF BID
DOCUMENT
No Description Tick
1 Duly filled and signed bid form
2 Duly filled Financial offer
3 Bid validity (90 days)
4 Read and understood the Terms Reference
5 One original, three (3) copies of the bid document
6 Read and understood the bid data (section 3)
7 Attached copies of relevant Registration documents in the technical
envelope
8 Separate Envelope for Financial and Technical
9 Correct Procurement Number and Title
10 CVs and Statements of Availability for the proposed experts
April 2019 3
AFRICAN UNION
UNION AFRICAINE
UNIÃO AFRICANA
Addis Ababa, ETHIOPIA, P. O. Box 3243, Telephone: +251-11-551 7700,
Fax: +251-11-5517844, website: www. africa-union.org
Section I: Letter of Invitation
24 April 2019
Dear Sirs,
REF: REQUEST FOR PROPOSALS: CONSULTANCY SERVICES FOR
CONDUCTING A CONTINENTAL INFRASTRUCTURE MARKET AND DEMAND
STUDY FOR AFRICA
1. The African Union would like to engage the services of a consulting for Consultancy
Services For Conducting A Continental Infrastructure Market And Demand Study For
Africa. The African Union Commission invites interested and eligible bidders to submit
technical and financial proposals for the assignment as per attached Terms of Reference
(TORS).
2. A firm will be selected under the Quality and Cost Based Selection Method procedures
described in this RFP. The weight for technical and financial scores shall be 80% and 20%
respectively.
3. The RFP includes the following documents:
Section 1 – This Letter of Invitation
Section 2 - Information to Consultants
Section 3 – Data Sheet
Section 4 - Terms of Reference
Section 5 - Technical Proposal - Standard Forms
Section 6 - Financial Proposal - Standard Forms
4. The TECHNICAL and FINANCIAL offers must be delivered in TWO SEPARATE
envelopes enclosed in an OUTER envelope to the address below.
5. The deadline for submission of proposals is 31 May 2019 at 1500hrs. Late bids will be
rejected and returned unopened to bidders. The Outer envelope should bear the name and
address of the bidder.
6. Bidders may request for clarifications no less than 14 days from the deadline for
submission, from The Chairperson, Internal Procurement Committee, African Union
Commission, Telephone number (+251) 11 5517700, Ext 4341, Email tender@africa-
union.org with a copy to [email protected] (E-mail addresses are for
Clarifications Only)
April 2019 4
7. Bidders must submit the following documents: (i) Certificate of incorporation (Company
Registration); (ii) At Least 3 Contactable references in the last 5 years and (iii) Company
profile demonstrating at least 5 years experience (iv) CVs of proposed Experts (v) Statements
of Availability for the proposed experts. These documents must be part of the Technical
Proposal.
8. The address for deposit of bids is: The Chairperson, Internal Procurement
Commission, African Union Commission, Building C, 3rd floor, TENDER BOX,
Roosevelt Street, P. O. Box 3243, Addis Ababa, Ethiopia.
9. E-mail submissions will not be accepted.
Yours sincerely,
Head, Procurement, Travel and Stores Division
April 2019 5
Section 2: Information to Consultants
1. Introduction 1.1 The Client named in the Data Sheet will select a consultant
from those listed in the Letter of Invitation, in accordance with
the method of selection specified in the Data Sheet.
1.2 The consultants are invited to submit a Technical Proposal and a
financial proposal, or a Technical Proposal only, as specified in
the Data Sheet for consulting services required for the
assignment named in the Data Sheet. The proposal will be the
basis for contract negotiations and ultimately for a signed
contract with the selected firm.
1.3 The assignment shall be implemented in accordance with any
phasing indicated in the Data Sheet. When the assignment
includes several phases, the performance of the consultant under
each phase must be to the Client's satisfaction before work
begins on the next phase.
1.4 The consultants must familiarise themselves with local
conditions and take them into account in preparing their
proposals. To obtain first - hand information on the assignment
and on the local conditions, consultants are encouraged to visit
the Client before submitting a proposal and to attend a pre-
proposal conference if one is specified in the Data Sheet.
Attending any specified pre-proposal conference is optional. The
consultants’ representative should contact the officials named in
the Data Sheet to arrange for their visit or to obtain additional
information on any pre-proposal conference. Consultants should
ensure that these officials are advised of the visit in adequate
time to allow them to make appropriate arrangements.
1.5 African Union policy requires consultants to provide
professional, objective, and impartial advice, and at all times
hold the Client’s interests paramount, without any consideration
for future work, and strictly avoid conflicts with other
assignments or their own corporate interests. Consultants shall
not be hired for any assignment that would be in conflict with
their prior or current obligations to other clients, or that may
place them in a position of not being able to carry out the
assignment in the best interests of the Client.
1.5.1 Without limitation on the generality of this rule,
consultants shall not be hired under the circumstances set
forth below:
(a) Conflict between consulting activities and
procurement of goods, works or services: A firm that
has been engaged to provide goods, works, or services
for a project, and each of its affiliates, shall be
disqualified from providing consulting services related
to those goods, works or services. Conversely, a firm
hired to provide consulting services for the
preparation or implementation of a project, and each
of its affiliates, shall be disqualified from subsequently
April 2019 6
providing goods, works or services resulting from or
directly related to the firm’s consulting services for
such preparation or implementation (other than a
continuation of the firms earlier consulting services
for the same project).
(b) Conflict among consulting assignments: Neither
consultants (including their personnel and sub-
consultants) nor any of their affiliates shall be hired
for any assignment that, by its nature, may be in
conflict with another assignment of the consultants.
(c) Relationship with AUC staff: Consultants (including
their personnel and sub-consultants) that have a
business or family relationship with a member of AUC
staff (or of the Client staff, or of a beneficiary of the
assignment) who are directly or indirectly involved in
any part of: (i) the preparation of the TOR of the
contract, (ii) the selection process for such contract,
or (iii) supervision of such contract may not be
awarded a contract.
1.6 The African Union requires that Officers of the AU, as well as
Bidders/ Suppliers/ Contractors/ Consultants, observe the highest
standard of ethics during the procurement and execution of such
contracts.1 In pursuance of this policy the AU:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) “corrupt practice”2 is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value
to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission including
a misrepresentation that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(iii) “collusive practice”4 is an arrangement between two
or more parties designed to achieve an improper
purpose, including to influence improperly the
1 In this context, any action taken by a bidder, supplier, contractor, sub-contractor or consultant to influence the
procurement process or contract execution for undue advantage is improper.
2 “another party” refers to an officer of the AU acting in relation to the procurement process or contract
execution. In this context, “officer of the AU” includes staff and employees of other organisations taking
or reviewing procurement decisions.
3 a “party” refers to any officer of the AU; the terms “benefit” and “obligation” relate to the procurement
process or contract execution; and the “act or omission” is intended to influence the procurement process
or contract execution.
4 “parties” refers to any participants in the procurement process (including officers of the AU) attempting to
establish bid prices at artificial, non competitive levels.
April 2019 7
actions of another party;
(iv) “coercive practice”5 is impairing or harming or
threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence
improperly the actions of a party;
(v) “obstructive practice” is deliberately destroying,
falsifying, altering or concealing of evidence
material to any investigation or making false
statements to investigators in order to materially
impede any investigation into allegations of a
corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation;
(b) will reject a recommendation for award of contract if it
determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices in competing for
the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded an African Union
financed contract if it at any time determines that the firm
has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, coercive or obstructive practices in
competing for, or in executing, an African Union financed
contract.
1.7 Consultants shall not be under a declaration of ineligibility for
corrupt, fraudulent, collusive, coercive or obstructive practices
issued by the.
2. Clarification
and
Amendment of
RFP Documents
2.1 Consultants may request a clarification of any of the RFP
documents up to the number of days indicated in the Data Sheet
before the proposal submission date. Any request for
clarification must be sent in writing by mail, facsimile, or
electronic mail to the Client’s address indicated in the Data
Sheet. The Client will respond by facsimile, courier or electronic
mail to such requests and will send written copies of the
response (including an explanation of the query but without
identifying the source of inquiry) to all invited consultants who
intend to submit proposals.
5 a “party” refers to any participant in the procurement process or contract execution.
April 2019 8
2.2 At any time before the submission of proposals, the Client may,
for any reason, whether at its own initiative or in response to a
clarification requested by an invited firm, amend the RFP. Any
amendment shall be issued in writing through addenda. Addenda
shall be sent by mail, facsimile, or electronic mail to all invited
consultants and will be binding on them. The Client may at its
discretion extend the deadline for the submission of proposals.
3. Preparation of
Proposal
3.1 Consultants are requested to submit a proposal (paragraph 1.2)
written in the language(s) specified in the Data Sheet.
Technical
Proposal
3.2 In preparing the Technical Proposal, consultants are expected to
examine the documents constituting this RFP in detail. Material
deficiencies in providing the information requested may result in
rejection of a proposal.
3.3 While preparing the Technical Proposal, consultants must give
particular attention to the following:
(i) If a consultant considers that it does not have all the
expertise for the assignment, it may obtain a full range of
expertise by associating with individual consultant(s)
and/or other consultants or entities in a joint venture or
sub-consultancy, as appropriate. Consultants may
associate with the other consultants invited for this
assignment only with approval of the Client as indicated
in the Data Sheet. Consultants must obtain the approval of
the Client to enter into a joint venture with consultants not
invited for this assignment. The consultants are
encouraged to seek the participation of local consultants
by entering into a joint venture with, or subcontracting
part of the assignment to consultants who are Nationals of
African Union Member States.
(ii) For assignments on a staff-time basis, the estimated
number of professional staff-months is given in the Data
Sheet. The proposal shall, however, be based on the
number of professional staff-months estimated by the
firm. For fixed-budget-based assignments, the available
budget is given in the Data Sheet, and the Financial
Proposal shall not exceed this budget.
(iii) It is desirable that the majority of the key professional
staff proposed be permanent employees of the firm or
have an extended and stable working relationship with it.
(iv) Proposed professional staff must, at a minimum, have the
experience indicated in the Data Sheet, preferably working
under conditions similar to those prevailing in the Country
specified for Performance of the Services.
(v) Alternative professional staff shall not be proposed, and
only one Curriculum Vitae (CV) may be submitted for
April 2019 9
each position.
(vi) Reports to be issued by the consultants as part of
this assignment must be in the language(s)
specified in the Data Sheet.
3.4 The Technical Proposal shall provide the following information
using the Standard Forms attached in Section 4:
(i) A brief description of the firm’s organisation and an
outline of recent experience on assignments (Section 4B)
of a similar nature. For each assignment, the outline
should indicate, inter-alia, the profiles of the staff
proposed, duration of the assignment, contract amount,
and the firm’s involvement.
(ii) Any comments or suggestions on the Terms of Reference
and on the data, a list of services, and facilities to be
provided by the Client (Section 4C).
(iii) A description of the methodology and work plan for
performing the assignment (Section 4D).
(iv) The list of the proposed staff team by specialty, the tasks
that would be assigned to each staff team member, and
their timing (Section 4E).
(v) CVs recently signed by the proposed professional staff
and the authorized representative submitting the proposal
(Section 4F). Key information should include number of
years working for the firm/entity and degree of
responsibility held in various assignments during the last
ten (10) years.
(vi) Estimates of the total staff input (professional and support
staff; staff time) needed to carry out the assignment,
supported by bar-chart diagrams showing the time
proposed for each professional staff team member
(Sections 4E and 4G).
(vii) A detailed description of the proposed methodology,
staffing, and monitoring of training, if the Data Sheet
specifies training as a major component of the assignment.
(viii) Any additional information requested in the Data Sheet.
3.5 The Technical Proposal shall not include any financial
information.
Financial
Proposal
3.6 In preparing the Financial Proposal, consultants are expected to
take into account the requirements and conditions outlined in the
RFP documents. The Financial Proposal should follow the
Standard Forms in Section 5. These list all costs associated with
April 2019 10
the assignment, including (a) remuneration for staff, (foreign and
local, in the field and at headquarters); and (b) reimbursable
expenses such as subsistence (per diem, housing), transportation
(international and local, for mobilisation and demobilisation),
services and equipment (vehicles, office equipment, furniture,
and supplies), office rent, insurance, printing of documents,
surveys, and training, if it is a major component of the
assignment. Where appropriate, these costs should be broken
down by activity, and, if appropriate, into foreign and local
expenditures.
3.7 The Financial Proposal shall include all the costs the consultant
incurs to provide the services (including travel expenses,
translation, printing and the taxes the consultant pays for its
business requirements by the law of the domicile country of the
consultant), but shall exclude all local taxes levied within
African Union Member States on the invoice issued by the
consultant (such as local sales tax, services tax or withholding
tax).
3.8 Consultants may express the price of their services in any freely
convertible currency. The consultants may not use more than
three foreign currencies. The Client may require consultants to
state the portion of their price representing local costs in the
Currency of the Country specified for performance of the
Services if so indicated in the Data Sheet.
3.9 Commissions and gratuities, if any, paid or to be paid by
consultants and related to the assignment will be listed in the
Financial Proposal submission form (Section 5A).
3.10 The Data Sheet indicates how long the proposals must remain
valid after the submission date. During this period, the consultant
is expected to keep available the professional staff proposed for
the assignment. The Client will make its best effort to complete
negotiations within this period. If the Client wishes to extend the
validity period of the proposals, the consultants who do not agree
have the right not to extend the validity of their proposals.
4. Submission,
Receipt, and
Opening of
Proposals
4.1 The original proposal (Technical Proposal and, if required,
Financial Proposal; see paragraph 1.2) shall be prepared in
indelible ink. It shall contain no interlineations or overwriting,
except as necessary to correct errors made by the firm itself.
Any such corrections must be initialled by the persons or person
signing the proposal.
4.2 An authorised representative of the firm initials all pages of the
proposal. The representative’s authorisation is confirmed by a
written power of attorney accompanying the proposal.
4.3 For each proposal, the consultants shall prepare the number of
copies indicated in the Data Sheet. Each Technical Proposal and
Financial Proposal shall be marked “Original” or “Copy” as
April 2019 11
appropriate. If there are any discrepancies between the original
and the copies of the proposal, the original will govern.
4.4 The original and all copies of the Technical Proposal shall be
placed in a sealed envelope clearly marked “Technical
Proposal,” and the original and all copies of the Financial
Proposal in a sealed envelope clearly marked “Financial
Proposal” and warning: “Do Not Open with the Technical
Proposal.” Both envelopes shall be placed into an outer envelope
and sealed. This outer envelope shall bear the submission
address and other information indicated in the Data Sheet and be
clearly marked, “Do Not Open, Except in Presence of the Tender
Opening Committee.”
4.5 The completed Technical and Financial Proposals must be
delivered at the submission address on or before the time and
date stated in the Data Sheet. Any proposal received after the
closing time for submission of proposals shall be returned
unopened.
4.6 After the deadline for submission of proposals, the Technical
Proposal shall be opened immediately by the Bid Opening
Committee. The Financial Proposal shall remain sealed and
retained securely until all submitted proposals are opened
publicly.
4.7 The Firm may withdraw its Proposal after the Proposal’s
submission, provided that the written notice of the withdrawal is
received by the Client prior to the deadline prescribed for
submission of Proposals. The Firms’ withdrawal notice shall be
prepared, sealed, marked, and dispatched in accordance with the
provisions of clause Deadline for Submission of Proposals. The
withdrawal notice may also be sent by telex or fax but followed
by a signed confirmation copy. No Proposal may be modified
subsequent to the deadline for submission of proposals. No
Proposal may be withdrawn in the Interval between the deadline
for submission of proposals and the expiration of the period of
proposal validity specified by the firm on the Proposal
Submission Form.
5. Proposal
Evaluation
General 5.1 From the time the bids are opened to the time the contract is
awarded, if any consultant wishes to contact the Client on any
matter related to its proposal, it should do so in writing at the
address indicated in the Data Sheet. Any effort by the firm to
influence the Client in proposal evaluation, proposal comparison
or contract award decisions may result in the rejection of the
consultant’s proposal.
5.2 Evaluators of Technical Proposals shall have no access to the
Financial Proposals until the technical evaluation is completed.
April 2019 12
Evaluation of
Technical
Proposals
5.3 The evaluation committee appointed by the Client, as a whole,
and each of its members individually, will evaluate the proposals
on the basis of their responsiveness to the Terms of Reference,
applying the evaluation criteria, sub-criteria (typically not more
than three per criteria), and point system specified in the Data
Sheet. Each responsive proposal will be given a technical score
(St). A proposal shall be rejected if it does not respond to
important aspects of the Terms of Reference or if it fails to
achieve the minimum technical score indicated in the Data Sheet.
5.4 In the case of Quality-Based Selection, Selection Based on
Consultant’s Qualifications, and Single-Source Selection, the
highest ranked firm, or the firm selected on a single-source basis,
is invited to negotiate a contract on the basis of the Technical
Proposal and the Financial Proposal submitted in accordance
with the instructions given in paragraph 1.2 and the Data Sheet.
Public Opening
and Evaluation
of Financial
Proposals:
Ranking
(QCBS, Fixed-
Budget, and
Least-Cost
Selection
Methods Only)
5.5 After the evaluation of technical quality is completed, the Client
shall notify those consultants whose proposals did not meet the
minimum qualifying score or were considered non-responsive to
the RFP and Terms of Reference, indicating that their Financial
Proposals will be returned unopened after completing the
selection process. The Client shall simultaneously notify the
consultants that have secured the minimum qualifying score,
indicating the date and time set for opening the Financial
Proposals. The opening date shall not be sooner than one week
after the notification date. The notification may be sent by
registered letter, facsimile, or electronic mail.
5.6 The Financial Proposals shall be opened publicly in the presence
of the consultants’ representatives who choose to attend. The
name of the consultant, the technical scores, and the proposed
prices shall be read aloud and recorded as the Financial
Proposals are opened. The Client shall prepare minutes of the
public opening.
5.7 The evaluation committee will determine whether the Financial
Proposals are complete (i.e., whether they have cost all items of
the corresponding Technical Proposals; if not, the Client will
cost them and add their cost to the initial price), correct any
computational errors, and convert prices in various currencies to
the single currency specified in the Data Sheet. The official
selling rates used, provided by the source indicated in the Data
Sheet, will be those in effect on the date indicated in the Data
Sheet. The evaluation shall exclude those taxes, duties, fees,
levies, and other charges imposed that are subject to the African
Union exemption on the payment of taxes and duties, and
estimated as per paragraph 3.7.
5.8 In case of QCBS, the lowest priced Financial Proposal (Fm) will
be given a financial score (Sf) of 100 points. The financial scores
(Sf) of the other Financial Proposals will be computed as
indicated in the Data Sheet. Proposals will be ranked according
April 2019 13
to their combined technical (St) and financial (Sf) scores using
the weights (T = the weighting for the Technical Proposal; P =
the weighting for the Financial Proposal as indicated in the Data
Sheet. T + P = 1); The firm achieving the highest combined
technical and financial score using the formula below would be
invited for negotiations
%% PSfTStS
5.9. In the case of Fixed-Budget Selection, the Client will select the
firm that submitted the highest ranked Technical Proposal within
the indicated budget price. Proposals that exceed the indicated
budget will be rejected. In the case of the Least-Cost Selection,
the Client will select the lowest evaluated cost proposal among
those that passed the minimum technical score. The selected firm
will be invited for negotiations.
6. Negotiations 6.1 Negotiations will be held at the address indicated in the Data
Sheet. The aim is to reach agreement on all points and sign a
contract.
6.2 Negotiations will include a discussion of the Technical Proposal,
the proposed methodology (work-plan), staffing, and any
suggestions made by the firm to improve the Terms of
Reference. The Client and firm will then agree final Terms of
Reference, staffing, and bar charts indicating activities, staff,
periods in the field and in the home office, staff-months,
logistics, and reporting. The agreed work plan and final Terms of
Reference will then be incorporated in the “Description of
Services” and form part of the contract. Special attention will be
paid to getting the most the firm can offer within the available
budget and to clearly defining the inputs required from the Client
to ensure satisfactory implementation of the assignment.
6.3 Financial negotiations will reflect agreed technical modifications
in the cost of the services, and will include a clarification of the
firm’s tax liability (if any) in the Country specified for
performance of the Services, and the manner in which it will be
reflected in the contract. The financial negotiations will not
normally involve either the remuneration rates for staff (no
breakdown of fees), or other proposed unit rates under QCBS,
Fixed-Budget Selection, or the Least-Cost Selection methods.
For other methods of selection, an Appendix will be provided for
the firm to explain the required information on remuneration
rates.
6.4 Having selected the firm on the basis including an evaluation of
proposed key professional staff, the Client expects to negotiate a
contract on the basis of the experts named in the proposal.
Before contract negotiations, the Client will require assurances
that the proposed experts will be actually available. The Client
will not consider substitutions during contract negotiations
unless both parties agree that undue delay in the selection
process makes such substitution unavoidable or that such
April 2019 14
changes are critical to meet the objectives of the assignment. If
this is not the case and if it is established that key staff were
offered in the proposal without confirming their availability, the
firm may be disqualified.
6.5 The negotiations will conclude with a review of the draft form of
the contract. On completion of negotiations, the Client and the
firm will initial the agreed contract. If negotiations fail, the
Client will invite the firm whose proposal received the second
highest score to negotiate a Contract.
7. Award of
Contract
7.1 The contract will be awarded following negotiations. After
negotiations are completed, the Client will promptly notify other
consultants on the shortlist that they were unsuccessful and
return the unopened Financial Proposals of those consultants
who did not pass the technical evaluation (paragraph 5.3).
7.2 The firm is expected to commence the assignment on the date
and at the location specified in the Data Sheet.
8. Confidentiality 8.1 Information relating to the evaluation of proposals and
recommendations concerning awards shall not be disclosed to
the consultants who submitted the proposals or to other persons
not officially concerned with the process, until the winning firm
has been notified that it has been awarded the contract.
15
Section 3: Data Sheet
ITC Clause
Reference
ITC Clause 1.1 The name of the Client is:
African Union Commission;
The method of selection is: Quality and Cost Based Selection Method
The Weights shall be 80% quality and 20% Cost.
ITC Clause 1.2
The name, and Procurement Number of the assignment are: Consultancy
Services For Conducting A Continental Infrastructure Market And
Demand Study For Africa AUC / IED/C/046
ITC Clause 1.5 The Client will provide the following inputs:
Background documents to the Project
ITC Clause 2.1 Clarifications may be requested not less than Fourteen (14) days
before the submission deadline.
The address for requesting clarifications:
African Union Headquarters, Roosevelt Street, 3rd Floor Building C,
Addis Ababa, Ethiopia; [email protected] with a copy to
[email protected] or (+251) 11 5517700, Ext 4341
ITC Clause 3.1 Proposals should be submitted in the English Language
ITC Clause
3.3(iv)
The minimum required experience of proposed professional staff is:
(i) A minimum of fifteen (15) years for Team Leader:
(i) (ii) A minimum of ten (10) years of professional experience for
Infrastructure Finance Expert, Infrastructure Planner, Transport
Expert, Energy Expert, Transboundary water Management Expert
and Institutional Capacity Building Expert
(iii) A minimum of 8 years for ICT Expert,
ITC Clause
3.3(vi)
Reports that are required under the assignment shall be submitted in
English.
ITC Clause
3.4(viii) Additional information required in the Technical Proposal is: Refer to
(TORs)
16
ITC Clause 3.10
Proposals must remain valid for 90 days after the submission date.
17
ITC Clause 4.3 Consultants must submit the Technical and Financial proposals
separately sealed but enclosed in one outer envelope. One Original
and 3 Copies.
ITC Clause 4.4 The address for submission of proposals is: The Chairperson, Internal
Procurement Committee, African Union Commission, P. O. Box 3243,
Addis Ababa, Ethiopia, Roosevelt Street, Building C, 3rd Floor
ITC Clause 4.5 Proposals must be submitted no later than: 1500 hours on Friday 31 May
2019
ITC Clause 5.1
The addresses for communications to the Client are:
Procurement, Travel and Stores Division, African Union Commission,
Building C, 3rd Floor, Addis Ababa, Ethiopia. e-mail: tender@africa-
union.org +251 11 551 7700 Ext. 4341
ITC Clause 5.3 The number of points to be given under each of the technical evaluation
criteria are:
Criteria Points
(i) Firm’s Experience Related to the Assignment 15
(ii) Experience and Qualifications of Key Staff 60
11 for the team leader and 7 each for the experts
(iii)Technical approach and methodology 15
(iv) Proposed Work Plan 10
Total Points: 100
The minimum technical score required to pass is 70 points.
ITC Clause 5.7 The single currency for price conversions is: United States Dollars
The source of official selling rates is: prevailing UN rate.
The date of exchange rates is the deadline for the submission
18
ITC Clause 5.8 The Final Score shall be computed as: 80% Quality and 20% Cost
ITC Clause 6.1
Negotiations, if required will be held at :
The African Union Commission,
P. O. Box 3243, Addis Ababa, Ethiopia
Roosevelt Street
ITC Clause 7.2 The assignment is expected to commence immediately after contract
signing.
19
Section 4: Terms of Reference
LIST OF ABBREVIATIONS
AfDB African Development Bank
AUC African Union Commission
AUC-DIE Directorate for Infrastructure and Energy of the African Union Commission
AWIN African Women for Infrastructure Network
BMZ Federal Ministry for Economic Cooperation and Development
DC Development Cooperation
EU European Union
GIZ German International Cooperation
IAIDA Institutional Architecture for Infrastructure Development in Africa
ICB International Competitive Bidding
ICT Information and Communications Technology
MS Member States of AU
MTR Mid Term Review
NEPAD/AU
DA
New Partnership for Africa's Development/African Union Development
Agency
PIDA Program for Infrastructure Development in Africa
PIDA-PAP 1 1st PIDA Priority Action Plan (2012-2020)
PIDA-PAP 2 2nd PIDA Priority Action Plan (2021-2030)
PIDA CAP PIDA CApacity building Project
PPF Project Preparation Facility
PPP Public-Private Partnership
PSC PIDA Steering Committee
REC Regional Economic Communities
RIITP NEPAD Regional Integration, Infrastructure and Trade Program
STC Specialised Technical Committee
SDM PIDA Service Delivery Mechanism
TA Technical Assistance
ToR Terms of Reference
TWM Trans-boundary Water Management
UNECA United Nation Economic Commission for Africa
VPIC Virtual PIDA Information Center
20
A. Background
Africa’s abundance of natural resources has rarely translated into wealth for its citizens. While
the reasons for this may be numerous, one striking hindrance to the long-term development of
African economies has been the lack of viable infrastructure. A study conducted by the World
Bank revealed that Africa’s infrastructure networks increasingly lag behind those of other
developing countries and are characterized by missing regional links and stagnant household
access. Further findings indicated that Africa’s difficult economic geography presents a
particular challenge for the region’s infrastructure development. Hence the Program for
Infrastructure Development in Africa was developed as the only overarching continental
initiative for the development of cross border infrastructure.
1. PIDA Priority Action Plan (PAP)
The Programme for Infrastructure Development in Africa (PIDA) is an African Union
Commission (AUC) initiative, in partnership with the African Union Development Agency
(AUDA/NEPAD), the African Development Bank (AfDB) and the United Nations Economic
Commission for Africa (UNECA), implemented in partnership with the AUDA/NEPAD and
AfDB. The AU Assembly (Assembly/AU/Decl.2 (XVIII)) approved PIDA and its Institutional
Architecture (IAIDA) during the 18th Ordinary Session of the African Union held in Addis
Ababa, Ethiopia, from 29th – 30th January 2012.
PIDA as a continental initiative aims at addressing the infrastructure deficit that severely
hampers Africa’s competitiveness in the world market. It provides a common framework for
African stakeholders to build the infrastructure necessary to create new jobs for the growing
population, increase intra-African trade and thus boost socio-economic development on the
continent. It is undisputed that having appropriate infrastructure in place improves the ease of
production, ease of doing business, and increases connectivity to regional and global markets,
thus contributing to galvanizing the continent’s economy and positioning it on a path to
economic transformation. PIDA covers four core infrastructure sub-sectors; transport, energy,
Information and Communication Technology (ICT) and trans-boundary water sectors.
PIDA assumes that the average economic growth rate for African countries will be 6 percent per
annum between 2010 and 2040, driven by a surging population, increasing levels of education
and technology absorption. This growth rate implies that, over the 30-year period, the GDP of
African countries will multiply six-fold and the average per capita income will rise above
$10,000 for all countries. This continuing growth and prosperity will significantly increase the
demand for infrastructure, already one of the continent’s greatest impediments to sustainable
development. As a result:
Power needs will increase 6 times; Africa will reap savings on electricity production costs of
$30 billion a year, or $850 billion through to 2040.
21
Transport volumes will increase 6–8 times, with a particularly strong increase of up to 14
times for some landlocked countries. Transport efficiency will allow gains of at least $172
billion in the African Regional Transport Integration Network (ARTIN), with the potential
for much larger savings as trade corridors open.
Water needs will push some river basins including the Nile, Niger, Orange and Volta basins
to ecological brink; the necessary water storage infrastructure needed for food production,
sanitation and trade will be realized.
Information and communications technology (ICT) demand will increase by a factor of 20
before 2020 as Africa catches up with broadband and other modern forms of communication.
The PIDA PAP, which comprises 51 programs with 433 projects was set out for implementation
in the short term, i.e. up to 2020, with the contents/projects of a medium-term programme (2021
– 2030) and long-term programme (2030 – 2040) to be defined.
The PIDA-PAP is currently being reviewed through the PIDA Mid Term Review (MTR)
process. The process is expected to highlight the challenges faced during the implementation of
the first phase and outline key recommendations for the next phase. As a way to lay a strategic
foundation for African infrastructure development for the next decade, the PIDA-PAP 2 which
will comprise a list of priority projects for the next decade will be developed through a
transparent and participatory approach. However, to ensure that the selected projects are in line
with current and anticipated future infrastructure requirements, a study that forecasts the current
and future infrastructure needs has to be developed, as vital input to the PIDA-PAP 2 project
selection process.
The MTR together with the Market and Demand Study (MDS) will form a conceptual basis and
strategic framework for the development of the selection criteria for PIDA-PAP 2 and corridor
approach. The PIDA PAP 2 will be presented to the General Assembly of the African Union in
2021 and adopted by the African Heads of State and Government as per the 10-year
implementation plan for Agenda 2063. The MDS will form one of the steps required in the
elaboration of this second action plan as an analysis for the demand for regional infrastructure in
Africa for the period of 2020-2030.
2. PIDA PAP 1 implementation overview
The 51 programs in the PIDA PAP were decomposed into more than 400 individual actionable
projects. Since the adoption of the PIDA by the AU Summit in January 2012, many activities
have been undertaken in the areas of creating an enabling environment, human capacity building
and advocacy towards high-level decision makers.
22
In order to ensure smooth implementation of the PIDA PAP programs (2012 – 2020), the AUC
and AUDA/NEPAD with the support of the Africa Development Bank and the German
Government through GIZ, initiated the PIDA Capacity Building project (PIDA CAP).
The PIDA CAP was designed as a three-year (2014-2017) project intended to strengthen the
capacity of African countries through their respective Regional Economic Communities (RECs)
as well as the AUC and the AUDA/NEPAD to plan, prepare and coordinate the implementation
of regional infrastructure programmes and projects. Since then the project has been extended up
to December 2019. The key expected outcomes of the capacity building project are the
following:
Creating the necessary capacities to accelerate delivery of PIDA PAP;
Scaling up project preparation;
Creating the enabling environment to attract financing; and
Mainstreaming of PIDA projects into national development plans of Member States.
It was identified that lack of capacity and funding for project preparation is one of the main
challenges of the PIDA PAP 1 implementation. To tackle this issue, particularly for early stage
project preparation, a new instrument - the PIDA Service Delivery Mechanism (PIDA SDM) -
was established in order to provide capacity for early stage activities such as:
Preparation of Terms of Reference (ToR) for feasibility studies;
Legal and institutional advice for the set-up of cross-border Project Implementation and
Management Units; and
Scoping studies.
In addition to progress achieved for activities and initiatives that support PIDA, actual progress
has also been achieved in the implementation of a number of specific projects, which has seen
them advancing along phases in the project cycle, as captured in the 2018 PIDA Progress Report.
In order to complement the aforementioned activities, the AUC and its partners established the
following:
The
PIDA monitoring, evaluation and reporting system that aims at supporting regular
reporting on the implementation efforts; and
The
PIDA information, communication system that includes design of the Virtual PIDA
Information Centre (VPiC, www.au-pida.org), organisation of road shows, and production
of information materials; and.
23
The
PIDA Continental Business Network to increase the involvement of the private sector in
the development and implementation of PIDA projects
3. Rationale of the Market and Demand Study
Africa’s annual infrastructure financing needs as estimated by the African Development Bank
(AfDB) are around $130–$170 billion a year, with a financing gap in the range $67.6–$107.5
billion6. The World Bank states that Africa’s per capital GDP growth could increase by 1.7
percentage points per year if Africa could find ways to bring its infrastructure in line with the
median of the developing world7. However, given the nature of infrastructure required to
achieve the needed economic growth, there are numerous constraints surrounding the delivery of
such capital investment. These constraints include: fiscal limitations and issues of affordability;
the capacity of the construction sector to supply all the desired infrastructure at a given time; the
administrative capacity of the planning system; climate change commitments and environmental
constraints; and concerns relating to price inflation and value of investment as well the gender
dimensions.
In addition to these limitations, there are issues of political stability and commitment. In light of
these constraints, it is therefore necessary to make policy decisions as to what sectors and
projects should be prioritised over the coming years. This decision should be made on the
foundation of current trends with due consideration for bankability and attractiveness for Public
Private Partnerships. The Market and Demand Study is expected to provide a framework through
which such constraints, along with demands, are considered. The MDS should include
compilation of available evidence to support the PIDA PAP 2 project selection process(to be
developed by another consultancy) including macro-economic analysis, infrastructure demand
projections, a public and private sector consultation, detailed submissions from RECs and
Member States. The study will include an extensive research on both physical and virtual
regional infrastructure, building on the previous research conducted during the development of
PIDA, changes in investment landscape and priorities, as well as sectorial needs and forecasting
analysis.
Eventually, the availability of the market and demand study coupled with the recommendations
of the PIDA MTR and the ongoing development of the PIDA PAP 2 Corridor/Process
Consultancy shall inform the development of the PIDA PAP 2.
B. Objective of the Assignment
6 African Development Bank. 2011. Private Sector Development as an Engine of Africa’s Economic Development.
Abidjan, Côte d’Ivoire. Available at: https://www.afdb. org/fileadmin/uploads/afdb/Documents/Publications/
African%20Development%20Report%202011.pdf
7 http://www.worldbank.org/en/region/afr/publication/why-we-need-to-close-the-infrastructure-gap-in-sub-saharan-
africa
24
The main objective of the study is to examine the existing and potential market and demand for
regional infrastructure in the four PIDA sectors (energy, transboundary water, transport and ICT)
in all its 5 geographical regions (North, West, East, South and Central) for the period 2021-2030.
The key components of the market and demand study should include; research of market trends
(i.e. identifying comparable/competitive properties, analyzing demographic and economic trends,
identifying the major growth poles on the continent, production and consumption centres,
assessing and projecting their growth and demand for infrastructure up to 2030, analyzing trends
on access to different sectoral infrastructure, conducting interviews with the relevant
stakeholders). Based on the key components, then a market and demand study should give
valuable insight to the end user (AUC) with regards to the competitive position of a project, and
more importantly, the need/demand for a particular project in a given market.
The current PIDA Action Plan is based on a market study from 2011 forecasting the demand for
regional infrastructure on the continent until 2040. Even though this study still provides valuable
insights, we cannot overlook the changes that have taken place during the period 2011-2019, new
and future occurring future trends when it comes to the dynamics of African infrastructure
development. A lot has changed in the four sectors and therefore a new study which analyses the
key trends in the market and demand for regional infrastructure in the four sectors is needed. As
an example, to show the changes which have taken place in the interval, is the recently adopted
African Continental Free Trade Area (AfCFTA). The AfCFTA requires significantly improved
cross-border energy and transport infrastructure as well as ICT infrastructure, to allow for
African industrial production and connected markets. Renewable energy technologies have
advanced and become competitive, also on a regional scale, and hence need to be integrated in a
future PIDA master plan. The study will also look at the possibility of Special Economic
Zones/Logistics Hubs as well as the connection of urban hubs with rural areas.
Furthermore, the Single Africa Air Transport Market (SAATM) which aims at liberalising and
unifying the African skies, would enhance connectivity on the continent and foster the
development of the aviation sector, tourism and trade. Hence it requires the development of
standardised aviation infrastructure both on the ground and in the air, taking into consideration
the new developments in air navigations. In addition, the Intergovernmental Agreement for
standardization of norms and standards of the Trans-African Highways was adopted in 2014 and
this could facilitate the increased cross-border mobility anticipated as a result of AfCFTA.
In addition, African Union Agenda 2063 have clearly mentioned the importance of infrastructure
in its first ten year implementation plan under the Aspiration 2: An Integrated Continent,
Politically United, based on the Ideals of Pan Africanism and the Vision of Africa’s Renaissance
and goal 10 - World Class Infrastructure crisscrosses Africa which include five (5) flagship
project out fourteen (15) : Single African Air Transport Market (SAATM), African High Speed
Train Network, PanAfrican e-Network (PAeN), Cyber Security, and Grand Inga Dam. Also, the
Sustainable Development Goals (SDGs) have been adopted and some of these goals are relevant
to infrastructure development, particularly SDG 7 (energy) and SDG 9 (resilient infrastructure).
SDG 3 and SDG 11 deal with road safety of which infrastructure is an important component.
PIDA PAP 2 needs to reflect the growing effort, particularly by the UN in general but also by
ECA and AUC, to address road safety.
25
In light of the above, it is expected that this market and demand study would serve as the basis of
an infrastructure development master plan for the next phase with the resultant priority projects
designed and selected amongst other factors, to address the forecast demand and market
requirements. The MDS in addition to the corridor approach which is being developed by a
parallel consultancy will form the bedrock of PIDA PAP 2. The Consultant will provide
consultancy services to establish a strategic framework for the development of the next phase for
regional and continental infrastructure in the four PIDA sectors (Energy, Transport, ICT, and
Transboundary Water Resources), based on a long-term, social, and economic development
vision, strategic objectives, and sector policies.
C. Scope of Work and Tasks of Consultant
The PIDA Market and Demand Study will serve as a strategic framework for the development of
regional and continental infrastructure in the four sectors (Energy, Transport, Information and
Communication Technologies (ICT), and Transboundary Water Resources), based on a
development vision for Africa, the 10-year development plan of the AU’s Agenda 2063, strategic
objectives and sector policies.
The definition of a strategic framework will involve:
a. The development of the overarching principles which should guide policy
orientations and decisions on regional integration;
b. The identification of the major challenges to the development of regional and
continental infrastructure and proposed solutions to address them; and
c. Development of the strategic objectives and orientations, and the policies to be
implemented at the regional and continental levels to meet the challenges.
The consultant is expected to liaise with other consultancies being developed for input on the
integrated infrastructure corridors, the infrastructure women network, as well the Mid Term
Review results.
The consultant is expected to review previous study conducted in the formulation of the PIDA
PAP 1, as the new infrastructure paradigm will build on existing documents. The consultancy
will deliver one comprehensive document comprised of the following components as
deliverables;
I. A Strategic sectoral trend analysis: This component shall comprise the outcomes of sector
studies of the four PIDA sectors as well as all their subsectors for the period 2021-2040
including market structures, current and future infrastructure needs for each sector;
II. An outlook/forecast of the regional infrastructure demand for all the four sectors on the
African Continent and all the 5 geographical regions from 2021-2040indicating different
scenarios and projections, based on economic growth and urbanization analysis, growth
poles, demand centres, taking into consideration key continental policies, initiatives,
trends and exploring measures for access to rural and remote areas and gender streaming;
26
III. Econometric analysis of the projected infrastructure needs (including a high level
feasibility, bankability and attractiveness assessment);
IV. An evaluation of regional infrastructure investment needs;
V. Projected gaps and bottlenecks that might arise due to a mismatch in the demand and
supply
VI. Considering the importance of capacity within the various implementing entities, this
study will do a capacity mapping of the skills gaps in the entire project cycle. The study
will also assess the extent to which the 4 key expected outcomes of the capacity building
projects have been achieve and propose a more efficient and effective capacity building
approach and concrete measures for capacity building and institutional strengthening.
VII. An in-depth financial and infrastructure investment gap analysis for Africa with emphasis
on the project preparation requirement, measures for bankability and overall cost of
delivering PIDA.
VIII. Projections on employment and job creation opportunities, with indicative measures for
socio-economic development. The PIDA Job creation toolkit could be used in this regard.
IX. Make an assessment of available funding opportunities, especially from private sector
financing.
X. Assess the environment for infrastructure financing by the private sector, including the
existence of appropriate legal and institutional frameworks in Member States or regions.
XI. In context of finance, the consultant should also examine existing partnerships under the
support to PIDA (EU, JICA, Germany, etc.) and emerging partnerships, such as
partnership with China within the framework of forum On China-Africa Cooperation
(FOCAC) and the Belt and Road Initiative.
XII. A mapping of project implementation risks and development of a risk database and
mitigation strategies database, using the Dakar Financing Summit list of projects as case
study
The study will cover four infrastructure sectors: energy, transport, information and
communication technologies (ICT), and transboundary water resources. More specifically: i)
Energy: electricity (including nuclear), gas, petroleum products and renewable energy; ii)
Transport: air, road, rail, maritime, river-lake, and multimodal systems. iii) ICT:
telecommunications and ICT networks and infrastructures iv) Transboundary waters: primarily
irrigation, hydropower, and lake and rivers transport
To efficiently and successfully undertake this study, the consultant is expected to;
Review all PIDA reports which were produced in the past on the market and demand for
regional infrastructure for the four sectors, assessing the appropriateness of any
assumptions that were made in the last study. Also, review any background information
on PIDA to get a broader understanding about what the project is about and what it aims
to achieve, organise interviews with key PIDA stakeholders, technical partners and other
technical specialists.
27
Review all available data on the four sectors and the economic and social conditions
determining demand for transport, water, energy and ICT projects; identifying needs for
further analysis and data collection; and update data as required. Prepare quantitative and
qualitative databases that document the data as completely as possible.
Produce reports on the current trends in demand for regional infrastructure on the African
continent and provide an outlook on the market and demand for the four sectors
Provide recommendations on projections for continental infrastructure priorities
Provide a stakeholder engagement strategy and prepare presentations on the study for
stakeholders’ workshops/meetings
Outline realistic time line for the proposed set of activities which are to be conducted
when undertaking this study
D. Methodology
Much of the detailed work programme will be conducted on a sectoral basis, but the
Consultant shall have due regard to cross-sectoral linkages and synergies. The consultant
shall take into consideration multi sectoral corridors and work closely with other expert
teams dealing with this theme. PIDA has been designed as an integrated process for
infrastructure development, and the work for each sector will be carried out in the same
manner, objectives, and timeline. The sector studies will only cover the regional and
continental dimensions of these sectors.
The focus of the study will be issues such as regional or continental interoperability, market
access, and interconnections of networks, backbone infrastructure, international traffic
corridors, bottlenecks at border crossings for international traffic; and the harmonisation of
regulatory, institutional and legislative frameworks. National dimensions of whatever
character (e.g. physical infrastructures, national policies, institutional and regulatory
frameworks, technical norms and standards) will be considered only insofar as they have an
impact on, or may be affected by, the regional and continental dimensions. The Consultant
shall therefore be required to elaborate an appropriate methodology including econometric
models to undertake the Market and Demand Study.
28
E. Deliverables
No Deliverables
Due Date
M- Contract Start
Date)
1 Kickoff Meeting and Inception report M+0.5 months
2
A report on the current and future economic and regional
infrastructure financing overview, analysis and future
outlook (supply and demand analysis by regions) under
the four sectors
M+3
3
Sector-based infrastructure mapping including the
dataset (Transport, Energy, ICT, Transboundary Water)
in a user friendly (web based) software presenting both
the current status and the projection in addressing the
infrastructure deficit.
M+4
4 Mapping of capacity Building gap analysis and
risk/mitigation database M+4
5 Presentation to key stakeholders in a drafting and review
workshop M+5
6
Draft final report and well elaborated animated
PowerPoint presentation showing the trends and the
projection
M+5
7 Workshop to present draft report M+6
8 Final report and Dissemination strategy of Study M+6+1
F. Stakeholders to be Consulted
Implementation of PIDA projects is the responsibility of Member States. PIDA is being
implemented physically by Member States with the RECs having an important role to play in
project preparation, resource mobilization, coordination at regional level as well as monitoring
and evaluation, working closely with AU specialized institutions and sector organisations. RECs
are therefore at the heart of PIDA implementation, being responsible for both overall
implementations, and securing the cooperation of Member States with support of the AUC and
AUDA/NEPAD.
PIDA has been designed to ensure the fullest participation of the RECs as key stakeholders,
however there are other stakeholders in PIDA, and their main expectations from PIDA, are:
African Union Member States: who want to have a strategic vision of regional
integration in Africa, and how regional and continental infrastructure can contribute to
the implementation of this vision to boost economic and social development. To ensure
ownership, especially as they are ultimately responsible for implementing PIDA projects
29
in their territories, member states must be closely involved in this process. It may not be
sufficient to assume that member states will be represented by RECs. The PIDA dialogue
organised by AUC in December 2018 demonstrated the willingness of member states to
be part of the process. One of the biggest challenges in the implementation of PIDA is
the weak interface between the regional and national level. This could be avoided by
involving member states at this stage of the process.
Programme sponsors (i.e. AUC, AUDA/NEPAD, AfDB, and UNECA): who want a
strategic framework that will provide a solid base for prioritising, harmonising and
implementing effective regional and continental infrastructure projects and programmes,
based on the summit declaration of Heads of States and Government of the AU and
vision of the RECs.
RECs: who want to have implementable regional projects and programmes that will
secure buy in from their Member States and will contribute to the economic and social
development of their region with support from development partners and the private
sector.
AU specialised institutions and other sector organizations: which were formed to give
advice on issues such as policy formulation, strategy and programming, including
advocacy groups for gender streaming.
Private Sector Investors and Development partners: who want soundly prepared and
articulated projects and programmes that have been prioritised on rational criteria, and
have the necessary political support for speedy implementation.
Civil Society and the African Women in Infrastructure network; ensure gender
streaming and consideration of conventional cross cutting issues including climate
change.
G. Staffing of Consultant’s Team
The consultant’s team should comprise the following experts:
1. Key Expert 1: Infrastructure or Development Economist and Policy Expert (Team
leader)
a) At least a Master’s degree in economics, finance or related field;
b) Minimum of 15 years working experience related to economic analysis;
c) Proven experience in conducting market feasibility studies for projects under the
four sectors at least 10 years (Transport, Energy, ICT and transboundary water);
d) Experience in micro economic, macro-economic and financial analysis;
e) Minimum of 5 years track-record of working experience in Africa or other
developing regions with regional or/and continental organizations;
f) Previous involvement of the team in complex assignments with a similar scope
and focus;
30
g) Ability to coordinate an inter-disciplinary team and manage complex assignments
in a multi-cultural setting.
h) Demonstrated experience and Track record with success as Team Leader of at
least two projects with a similar scale;;
i) Strong problem solving, communication, research and analytical writing skills;
j) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
2. Key Expert 2: Infrastructure Finance Expert
a) At least a Master’s degree in finance or related field;
b) Minimum of 10 years working experience related to infrastructure financing;
c) Proven ability to conduct high quality research (literature, data collection,
interviews and analytical reviews);
d) Demonstrated experience of undertaking at least 2 projects with a similar scale;
e) Track-record of working experience in Africa or other developing regions with
regional or/and continental organizations;
f) Previous involvement of the team in complex assignments with a similar scope
and focus;
g) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage
3. Key Expert 3: Infrastructure Planner
a) At least Master’s degree in Engineering, Urban Planning or related field
b) Minimum of 10 years working experience related to infrastructure planning and
implementation
c) Proven experience in conducting infrastructure needs assessment in the four PIDA
sectors (Transport, Energy, ICT and transboundary water)
d) Track-record of working experience in Africa or other developing regions with
regional or/and continental organizations;
e) Track-record of at least five (5) years of public consulting in programme
planning, budgeting, infrastructure technologies, infrastructure policy,
infrastructure economics;
f) Knowledge of project management tools, in particular Project Cycle
Management/PCM and logical framework approach;
g) Track record of leading consultants’ teams in infrastructure assignments
h) Proven track record in developing credible publications
i) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
31
4. Key Expert 4: Transport Expert
a) At least a Master's Degree in Transport/Civil Engineering, Transport Economics
and/or Business or other related fields;
b) Minimum of 10 years working experience related to transport infrastructure
development;
c) Knowledge and experience in conducting financial and economic analysis of
transport projects
d) Experience in working on regional infrastructure projects in the transport sector;
e) Experience in applying economic and financial analyses in the transport sector;
f) Excellent project management skills
g) Good research and analytical skills
h) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
5. Key Expert 5: Energy Expert
a) At least a Master’s Degree in a relevant discipline (e.g. in renewable energy,
energy efficiency, energy policy, electrical engineering, mechanical engineering,
applied science,); any addition degree in environmental management and
engineering will be an advantage;
b) A minimum of 10 years of working experience in renewable energy and
infrastructure development projects
c) Knowledge and experience in conducting financial and economic analysis of
energy projects
d) Experience in undertaking detailed data analysis reports
e) Excellent project management skills
f) Direct working experience on renewable energy and energy efficiency projects
g) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
6. Key Expert 6: ICT Expert
a) At least a Master’s Degree in computer science, Information Management,
Telecommunications, or equivalent
b) A minimum of 8 years of working experience in ICT policy and infrastructure
master development or digitalisation
c) Excellent project management skills
d) Experience managing IT infrastructure technologies
e) Knowledge and experience in conducting financial and economic analysis of ICT
projects
f) Experience in undertaking detailed data analysis reports
32
g) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
7. Key Expert 7: Transboundary water management Expert
a) Master’s Degree in environmental science/water management, natural resources
management, water policy/governance or other related fields.
b) A minimum of 10 years of working experience in Water and sanitation project
management
c) Knowledge of and experience in transboundary water infrastructure analytical
work is desirable
d) Proven practical experience in facilitating transboundary water management
processes
e) Knowledge and experience in conducting financial and economic analysis of
water projects
f) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
8. Key Expert 8: Institutional and Capacity Building Expert
a) At least a Master’s degree in business administration, political science or other
related fields.
b) At least 10 years of experience in the field of development, capacity building,
needs assessments and research, and program management
c) Knowledge of and experience in transboundary infrastructure analytical work is
desirable,
d) Experience in working with international organisations and governmental
agencies is preferable
e) Proven practical experience in assessing the skills requirement project life cycle
f) Knowledge and experience in conducting project risk assessment;
g) Strong strategic thinking, with the ability to quickly comprehend strategic and
tactical objectives and to formulate comprehensive plans to address
challenges/risks;
h) Proven ability to conceptualize principles, techniques and practices,
i) Very fluent in writing, reading and speaking in English or French. Good
communication skills in the other language will be considered as an advantage.
H. Requirements on the format of the offer The structure of the bid must correspond to the structure of the ToRs. It must be legible (font size
11 or larger) and clearly formulated. The bid is drawn up in English language.
33
The consultant’s proposal shall be split into a technical and a financial offer, both to be presented
in sealed envelopes labelled Technical Offer”, respectively “Financial Offer” marked with the
name of the bidder and the name of the project.
Structure of technical offer:
― Relevant experience of consultancy firm
― Strategic approach/concept in view of objectives, Indicators & tasks
― Technical methodological concept
― Comprehensive staffing proposal
― Profiles of experts (in addition to that add CV’s in Annex)
― Milestone concept: list main milestones and provide timelines
The content and structure of the financial offer has to be detailed including a breakdown of travel
needs. Score points will be allocated based on proof of the stated competences in individual CVs
and evidence of a strategy using a collaborative approach to the implementation of this
assignment. The tenderer shall submit CVs and Statements of Availability for the proposed
experts for the proposed project duration. All experts must be independent and free from
conflicts of interest in the responsibilities they take on.
34
I. Qualifications and Responsibility of the Consultants
The Consultancy will comprise:
Expert Responsibility Experience Man-
days
Key
expert 1
Team Leader in charge of the overall
coordination of the study. He/She will
also be in charge of the assessment of
economic feasibility of projects as well
as policy advisory.
At least 15 years’ experience in
infrastructure project management
and institutional development with
proven management skills and
knowledge of the project cycle. At
least 10 years’ experience in
conducting micro economic, macro-
economic for large scale
infrastructure projects and
implementation and demonstrated
successful experience as team leader
of at least 2 projects with a similar
scale.
50 days
Key
expert 2
To be responsible for assessment of the
resource mobilization and financing
elements in the implementation of
PIDA.
At least 10 years’ experience in
infrastructure project finance,
resource mobilization and good
knowledge/experience of public-
private partnerships.
25 days
Key
expert 3
Responsible for market and demand
assessment and overall scenario building
including analysis of different regional
infrastructure development plans. Also
responsible for analyzing job creation
potential and establishing links between
projected infrastructure growth and
economic development.
At least 10 years’ experience in the
development of cross border
infrastructure policies and impact
projections.
25 days
Key
expert
4
Responsible for market and demand
assessment in the transport sector.
He/She Will perform the required
assignment for the various modes of
Transport (Roads, Rail, maritime/port,
river, and Air Transport). He/She will
require the expert to interact with the
sub-sector experts.
At least 10 years’ experience in
infrastructure project finance,
resource mobilization and good
knowledge/experience of public-
private partnerships.
35 days
35
J. Timeline for the assignment
The time frame for the consultancy is 6months
Activity Jun-
19
Jul-
19
Aug-
19
Sep-
19
Oct-
19
Nov-
19
Dec-
19
Jan-
20
1
Inception report and Kick off
Workshop
2 Data gathering and analysis
3 Draft report
4 Technical validation of study
5 Presentation at PIDA Week
6 Further dissemination
Key
expert 5
Responsible for market and demand
assessment in the Energy sector.
He/She Will perform the required
assignment for the various types and
sources (Transmission, Hyrdro, gas,
solar, thermal, coal, etc…). He/She will
require the expert to interact with the
sub-sector experts.
At least 10 years’ experience in the
management and implementation of
energy projects preferably within the
African context.
35 days
Key
expert 6
Responsible for market and demand
assessment in the ICT sector.
At least 8 years’ experience in the
management and implementation of
ICT projects preferably within the
African context.
35 days
Key
expert 7
Responsible for market and demand
assessment in the trans-boundary water
sector.
At least 10 years’ experience in the
management and implementation of
Trans-boundary Water projects
preferably within the African
context.
35 days
Key
Expert 8
Responsible for the capacity and risk
mapping
At least 10 years’ experience in
undertaking similar assignment
35 days
36
Section 5: Technical Proposal Submission Form
{Location, Date}
To: {Name and address of Client}
Sir / Madam:
We, the undersigned, offer to provide the consulting services for {Title of consulting
services and Procurement Number} in accordance with your Request for Proposals dated {Date}
and our Proposal. We are hereby submitting our technical Proposal,
If negotiations are held during the period of validity of the Proposal, i.e., before {Date}
we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us
and subject to the modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorised Signature:
Name and Title of Signatory:
Name of Firm:
Address:
37
B. REFERENCES
Relevant Services Carried Out in the Last Five Years
That Best Illustrate Qualifications
Using the format below, provide information on each assignment for which your firm/entity,
either individually as a corporate entity or as one of the major companies within an association,
was legally contracted.
Assignment Name:
Country:
Location within Country:
Professional Staff Provided by
Your Firm/Entity(profiles):
Name of Client:
No. of Staff:
Address:
No. of Staff-Months; Duration
of Assignment:
Start Date (Month/Year):
Completion Date
(Month/Year):
Approx. Value of Services (in
Current US$):
Name of Associated Consultants, If Any:
No. of Months of Professional
Staff Provided by associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions
Performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Firm’s Name:
38
C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON
DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE CLIENT
On the Terms of Reference:
1.
2.
On the data, services, and facilities to be provided by the Client:
1.
2.
39
F. FORMAT OF CURRICULUM VITAE (CV)
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
{Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use about half a page.}
Education:
{Summarize college/university and other specialized education of staff member, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page.}
Languages:
{For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and
writing.}
40
Employment Record:
{Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and client references, where appropriate. Use about two pages.}
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date:
{Signature of staff member and authorized representative of the firm} Day/Month/Year
Full name of staff member:______________________________________
Full name of authorised representative: ___________________________
Section 5. Financial Proposal - Standard Forms
41
Section 6: Financial Proposal - Standard Forms
5A. Financial Proposal submission form.
5B. Summary of costs.
5C. Breakdown of price per activity.
5D. Reimbursable per activity.
5E. Miscellaneous expenses.
Section 5. Financial Proposal - Standard Forms
42
5A. FINANCIAL PROPOSAL SUBMISSION FORM
{Date}
To: {Name and address of Client]
Sir / Madam:
We, the undersigned, offer to provide the consulting services for {Title of consulting
services and Procurement Number} in accordance with your Request for Proposals dated
{Date} and our Proposal (Technical and Financial Proposals). Our attached Financial
Proposal is for the sum of {Amount in words and figures}. This amount is exclusive of the
local taxes which shall be identified during negotiations and shall be added to the above
amount.
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e.,
{Date}.
Commissions and gratuities, if any, paid or to be paid by us to agents relating to this
Proposal and Contract execution, if we are awarded the Contract, are listed below:
Name and Address
of Agents
Amount and
Currency
Purpose of Commission
or Gratuity
___________________
_________________
__________________
___________________
_________________
__________________
___________________
_________________
__________________
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorised Signature:
Name and Title of Signatory:
Name of Firm:
Address:
Section 5. Financial Proposal - Standard Forms
43
5B. SUMMARY OF COSTS
8 Maximum of three currencies in addition to the Currency of the Country specified for performance of the Services.
Cost Elements
Currency(ies)8
Amount(s)
Total Amount of Financial Proposal
____________________
Section 5. Financial Proposal - Standard Forms
44
5C. BREAKDOWN OF PRICE PER ACTIVITY
Activity No.:____________________
Description:________________________________________________
Price Component Currency(ies)
Amount(s)
Remuneration
Reimbursables
Miscellaneous Expenses
Subtotal
________________________
Section 5. Financial Proposal - Standard Forms
45
5D. REIMBURSABLE PER ACTIVITY
Activity No:__________________________________
Name of Activity:_____________________________
Item
No.
Description Unit Quantity
Currency Unit Price Total Amount
1.
2.
3.
4.
5.
International flights
Miscellaneous travel expenses
Subsistence allowance
Local transportation costs9
Office rent/accommodation/
clerical assistance
Trip
Trip
Day
Grand Total
_______________
9 Local transportation costs are not included if local transportation is being made available by the Client. Similarly, in the project site, office rent/accommodations/clerical assistance costs are
not to be included if being made available by the Client.
Section 5. Financial Proposal - Standard Forms
46
5E. MISCELLANEOUS EXPENSES
Activity No._______________________________
Activity Name: ____________________________
Item No.
Description
Unit Quantity Currency Unit
Price
Total
Amount
1.
2.
3.
4.
5.
Communication costs between
__________
and
_________________________
Drafting, reproduction of reports
Equipment: vehicles, computers,
photocopiers, etc.
Software
Other (specify)
Grand Total
_________
____