Western Balkans Trade and Transport Facilitation ( - Тендер #54288024) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 54288024 Дата публикации: 24-05-2024 Источник тендера: Тендеры всемирного банка |
||
P162043
Western Balkans Trade and Transport Facilitation
Western Balkans
OP00291565
Request for Expression of Interest
Published
WBTTFP-8929-MK-311-BC
Consultant Qualification Selection
English
Jun 07, 2024 15:30
May 23, 2024
Ministry of Transport and Communications
Harita Pandovska
Crvena Skopska Opstina 4, Skopje 1000
Western Balkans
Western Balkans
389 78 248 489
http://www.mtc.gov.mk/
Request for Expressions of Interest
Consulting Services – Consultant Company Selection - Open National
Implementing Agency: Ministry of Transport and Communications
Country: Republic of North Macedonia
Project: Western Balkans Trade and Transport Facilitation Project - P162043
Loan No.: 8929-MK
Assignment Title: Technical assistance in implementing the policy and legal recommendations in respect to CEFTA’s AP5 (Authorized Economic Operator), in CEFTA’s AP6 (in tourism and labour mobility sectors) and EU Acquis
Reference No.: WBTTFP-8929-MK-311-BC
Issued on: 23 May 2024
Republic of North Macedonia has received financing from the International Bank for Reconstruction and Development – World Bank in the form of a loan towards the costs of the Western Balkans Trade and Transport Facilitation Project and intends to apply part of the proceeds for consulting services.
The consulting services (“the Services”) under this component consist of technical assistance to implement the regulatory and institutional reforms needed to comply with the country’s specific commitments to CEFTA AP5 and AP6 on Trade in Services. Objectives of the assignment is to support the relevant stakeholders in the process of policy making, by conducting a detailed overview in respect to the selected priority areas from the CRM Action Plan.
Three areas are selected for this assignment as follows:
1.Authorized Economic Operator
2. Tourism.
3.Portability of social rights and removal of working permits
The services will include the following tasks:
The intended commencement of the Services is August 2024 and the period of implementation shall be 15 months, estimated working days are 300. The standard form of the Contract will be a Lump sum contract.
The Ministry of Transport and Communications now invites eligible Consulting Companies to indicate their interest in providing the Services. Interested Companies should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are:
• The Consulting firm must be a legal entity with at least 7 years in Consulting services and /or technical assistance.
• Proven experience in international trade policy project management.
• Proven experience in the implementation of at least two projects related to CEFTA (track record/references are required)
• Experience in projects/assignments with the Western Balkan`s or North Macedonia: legislation, policy drafting and institutional set-up in customs, trade facilitation and trade-in services (tourism services and labour mobility) would be an advantage (track record/references are required);
Key Experts will not be evaluated at this stage.
The selected procurement method of the service will be Consultant Qualification Selection (CQS) - Open International procedure, in accordance with the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”). The selected procurement method of the service will be Selection of Individual Consultant / Open national procedure, in accordance with the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”).
Following the procurement procedure for CQS method, the Client will publish a Request for Expression of Interest (REoI). From the Consultant firms that will submit an Expression of Interest (EoI), the Client will select the firm with the best qualifications and relevant experience as a first ranked firm and will invite the firm to submit its combined technical and financial Proposal as a subject for contract negotiations. Qualifications of the Key staff (CVs including their qualifications) are not part of the selection process but will be subject of contract negotiations with the first ranked firm. At that stage, the first ranked firm/JV should make sure the proposed key staff fulfils the qualification requirements set forth in the TOR for respective key staff positions. The CVs of the Key staff will be submitted only by the first ranked firm/JV during contract negotiations.
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. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
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” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), as amended, setting forth the World Bank’s policy on conflict of interest.
The eligible consulting firms (“Consultants”) can obtain further information from the Project Implementation Unit (PIU) of the Ministry of Transport and Communication, Attn: Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska and/or Ms. Natasha Stojanovska, e-mail: slavko.micevski@piu.mtc.gov.mk; vlasta.ruzinovska@piu.mtc.gov.mk; natasha.stojanovska@piu.mtc.gov.mk; during office hours from 09:30 to 15:30. The procedure for expressing interest in providing the Services is strictly electronically as stated below.
The Client will publish a Request for Expression of Interest (REoI) and the Terms of References in English language. Interested Consultants may obtain REoI and ToR from the website of the national electronic system for procurement: “ЕСЈН-Заеми/Донации/Грантови-Огласи од меѓународни институции” (https://www.e-nabavki.gov.mk) and from the website of the Ministry of Transport and Communications: http://mtc.gov.mk/javniOglasi;
The eligible Consultants must submit their Expression of Interest, CVs and other relevant information only by e-mail to the all below listed e-mail addresses (as readable PDF file in English language), on or before June 07, 2024, 15:30 p.m local time. Receipt of each Expression of Interest will be immediately confirmed.
Ministry for Transport and Communications - Project Implementation Unit
Attn: Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska – procurement officers
Street “Crvena Skopska Opstina”, Nr. 4, 1000 Skopje, Republic of North Macedonia
Tel: + 389 (0)2 3145 531; + 389 (0)75 494977
Web site addresses: http://mtc.gov.mk/javniOglasi; https://www.e-nabavki.gov.mk.
E-mail addresses (obligatory):
slavko.micevski@piu.mtc.gov.mk;
vlasta.ruzinovska@piu.mtc.gov.mk;
natasha.stojanovska@piu.mtc.gov.mk;