Geospatial Infrastructure and Valuation Enhancement Project (GIVE) (Босния и Герцеговина - Тендер #71156256) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Босния и Герцеговина (другие тендеры и закупки Босния и Герцеговина) Организатор тендера: The World Bank Номер конкурса: 71156256 Дата публикации: 08-03-2026 Источник тендера: Тендеры всемирного банка |
||
P180409
Geospatial Infrastructure and Valuation Enhancement Project (GIVE)
Bosnia and Herzegovina
OP00429517
Request for Expression of Interest
Published
BA-FGA-539719-CS-FA-QCBS-A.1.2.1
Quality And Cost-Based Selection
English
Mar 31, 2026 23:45
Mar 05, 2026
Federal Administration for Geodetic and Real Property Affairs
Iva Vidović
Sarajevo 71000 Hamdije Kreševljakovića 96
Bosnia and Herzegovina
Bosnia and Herzegovina
+387 33 586 063
http://fgu.com.ba/
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES -FRAMEWORK AGREEMENT – FIRMS SELECTION)
Bosnia And Herzegovina
Federation of Bosnia And Herzegovina
Federal Administration for Geodetic and Real Property Affairs
Geospatial Infrastructure and Valuation Enhancement Project (GIVE)
Loan No.: 96760-BA
Issue date: 05.03.2026.
Assignment Title: Development of FBiH SDI data standards and model
Reference No. (as per Procurement Plan): A.1.2.1
Bosnia and Herzegovina and Federation of Bosnia and Herzegovina, through sub-agreement with Bosnia and Herzegovina has received financing from the World Bank toward the cost of the Geospatial Infrastructure and Valuation Enhancement Project (GIVE), and intends to apply part of the proceeds for consulting services.
The consulting services (“the Services”) include establishing a repeatable methodology, set of deliverables and acceptance criteria for developing, implementing, and testing spatial data models for spatial data sources of SDI stakeholders. A systematic approach to spatial data model design must be established by defining the conceptual, logical, and physical structures for the selected sources, in line with the relevant international standards (such as ISO, OGC, INSPIRE, Law on SDI FBiH) and requests from SDI stakeholders. This will lay the foundation for long-term interoperability, better organization and accessibility of stakeholder data, and strengthen the role of the SDI as a framework for the digital transformation of public administration and more effective spatial data management in the Federation of BiH.
This shall be used for contracting a Framework Agreement (FA), under which the Procuring Agency may issue multiple Call-Off Contracts/Work Orders. Each Call-Off Contract shall cover one clearly identified spatial data source (or theme) and shall be implemented through the phases and deliverables defined in Terms of Reference (ToR). For each Call-Off Contract, the Procuring Agency shall issue an Assignment Brief specifying: (i) the spatial data source/theme and responsible SDI stakeholder, (ii) available input datasets and formats, (iii) scope boundaries and assumptions, (iv) test environment and access arrangements, and (v) any source-specific constraints.
The Framework Agreement shall be concluded for a Term of 3 years, from the commencement date stated in the Framework Agreement. The initial term may be extended by a maximum of two additional years. The selection of a FA Consultant to be awarded a Call-off Contract will be done through a Secondary Procurement process as defined in Framework Agreement. However, the conclusion of a Framework Agreement shall not impose any obligation on the Procuring Agency, including participating Employers, to purchase Consulting under a Call-off Contract. The overall deadline for the Call-off Contract implementation shall be 180 calendar days from the signing of the Call-off Contract.
The Terms of Reference (TOR) for the primary procurement stage for the assignment can be found at the following website: http://fgu.com.ba/
The Federal Administration for Geodetic and Real Property Affairs now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. At the initial stage, the evaluation shall be based solely on the qualifications and experience of the Consulting Firm (as an individual firm or as a joint venture/consortium). Curricula vitae (CVs) of Key Experts are not required and shall not be evaluated at the shortlisting stage. The maximum score is 100 points, awarded based on the cumulative assessment of the shortlisting criteria. An EoI shall be considered responsive and eligible for shortlisting only if it achieves a minimum score of fifty (50) points out of one hundred (100).
Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. For JV/consortium submissions, the EoI shall clearly indicate: (i) the Lead Partner, (ii) the roles and responsibilities of each member, and (iii) proposed coordination arrangements. Shortlisting criteria may be fulfilled cumulatively by the JV/consortium, meaning that relevant experience, references, and capacity of all JV/consortium members may be aggregated and considered in the evaluation, considering their proposed roles and responsibilities. The Lead Partner shall act as the primary point of contact for FGA. Required JV/consortium documentation (to be attached to the EoI): A signed Letter of Intent to form a JV/consortium (or equivalent written agreement) by all members, identifying the Lead Partner and confirming commitment to submit a proposal in case shortlisted; and A brief JV/consortium arrangement note describing roles, division of responsibilities, and allocation of references/experience to the proposed roles.
The shortlist will contain five (5) to eight (8) firms.
Shortlisting Criteria, Scoring and Expected Supporting Evidence (to be submitted with the EoI) are:
CRITERION 1: GENERAL EXPERIENCE (MAXIMUM 20 POINTS)
The Firm shall be awarded up to 20 points based on the quality and relevance of corporate experience and references.
CRITERION 2: SPECIFIC EXPERIENCE RELEVANT TO THE ASSIGNMENT (MAXIMUM 60 POINTS)
The Firm shall be awarded up to 60 points based on the quality and relevance of project references comparable in deliverables and complexity. References may relate to geospatial SDI work or equivalent data/standards/interoperability projects in other sectors, provided that outputs are transferable to the assignment. Relevant project areas include:
Expected evidence to be submitted with the EoI (mandatory format): For each reference claimed under this criterion, the Firm shall submit a Project Reference Sheet (maximum 2 pages per reference) including, at minimum: Project title; Client name and contact details; Country; Implementation period (start/end); Firm’s role (Lead / JV member / subcontractor) and brief description of scope; Key deliverables relevant to the assignment; Standards/technologies applied (where relevant); Contract value (indicative, if available). Expected reference attachments (mandatory – at least one per reference):
For each reference, the Firm shall attach at least one (1) of the following (commercially sensitive information may be redacted):
CRITERION 3: ADDITIONAL PREFERENTIAL CRITERIA (MAXIMUM 20 POINTS)
The Firm shall be awarded up to 20 points based on attributes that enhance implementation feasibility:
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” September 2023, revised February 2023 and September 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
A Consultant will be selected in accordance with the Framework Agreement arrangements described in the Procurement Regulations and to be specifically set out in the Request for Proposals.
Further information can be obtained at the address below during office hours from 08:00 to 16:00.
Expressions of interest must be delivered in a written form to the address below by e-mail by March 31st, 2026.
Federal Administration for Geodetic and Real Property Affairs
GIVE Project Implementation Unit
Attn: Iva Vidović, Procurement Specialist
Hamdije Kreševljakovića 96, 71000 Sarajevo, Bosnia and Herzegovina
Tel: +387 33 586 063
E-mail: give_procurement@fgu.com.ba