Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Намибии


GREEN SEED Preparation (Намибия - Тендер #67839616)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Намибия (другие тендеры и закупки Намибия)
Организатор тендера: The World Bank
Номер конкурса: 67839616
Дата публикации: 18-10-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P181994

  • Project Title

GREEN SEED Preparation

  • Country

Namibia

  • Notice No

OP00401906

  • Notice Type

Request for Expression of Interest

  • Notice Status

Published

  • Borrower Bid Reference

NA-EIF-519569-CS-QCBS

  • Procurement Method

Consultant Qualification Selection

  • Language of Notice

English

  • Submission Deadline Date/Time

Oct 31, 2025 17:00

  • Published Date

Oct 17, 2025

  • CONTACT INFORMATION
  • Organization/Department

Environmental Investment Fund of Namibia

  • Name

Tjirimejo Mbaha

  • Address

P O BOX 28157 Auas Valley, Windhoek 8933 Heinitzburg Heights, c/o Heinitzburg & Dr Theo-Ben Gurirab

  • City
  • Province/State

Namibia

  • Postal Code
  • Country

Namibia

  • Phone

+264 61 431 7733

  • Email

TMbaha@eif.org.na

  • Website

www.eif.org.na

Details

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTANCY SERVICES – FIRMS SELECTION)

Shortlisting of Consultants

Issued on: 17 October 2025

for

Request for Expression of Interest for the Consultancy Services for Transaction Advisor on Green Industrialization

(Open International)

Procurement Reference No: SC/EOI/EIF-01/2025

Environmental Investment Fund of Namibia

8933 Heinitzburg Heights

c/o Heinitzburg & Dr. Theo – Ben Gurirab Streets

Klein Windhoek,

Windhoek, Namibia

Tel: +264-61-431 7733

E-mail: nghp.procurement@eif.org.na

TABLE OF CONTENTS

SECTION 1: LETTER OF INVITATION.. 3

1. INTRODUCTION 3

2. BACKGROUND.. 3

3. SCOPE OF SERVICES.. 3

4. INVITATION 6

5. ELIGIBILITY OF CONSULTANT.. 6

6. CONFLICT OF INTEREST.. 6

7. QUALIFICATIONS.. 6

8. APPROACH TO MARKET AND SELECTION METHOD 7

9. CORRESPONDENCE.. 8

10. SUBMISSION OF EXPRESSION OF INTEREST.. 8

11. HARD COPY 8

12. ELECTRONIC FORMAT.. 9

SECTION 2: SUBMISSION FORMS.. 10

AF1 – DECLARATION AND UNDERTAKING.. 11

AF2 – GENERAL INFORMATION.. 13

AF3 – EXPERIENCE RECORD.. 14

DETAILS OF PROJECTS/CONTRACTS OF SIMILAR NATURE AND COMPLEXITY.. 15

SECTION 1: LETTER OF INVITATION

Country: Namibia

Name of Project: GFPP GREEN SEED PROJECT - TF0C8935

Procurement Name: Transaction Advisor on Green Industrialization

Procurement Reference No: SC/EOI/EIF 01/2025

Dear Prospective Consultant

REQUEST FOR EXPRESSION OF INTEREST FOR THE CONSULTANCY SERVICE FOR TRANSACTION ADVISOR ON GREEN INDUSTRIALIZATION (OPEN INTERNATIONAL)

  • INTRODUCTION

The Environmental Investment Fund of Namibia (hereinafter referred to as EIF) is inviting Expressions of Interest (EOI) from qualified and experienced consultancy firms to provide Transaction Advisory services on Green Industrialization The EOI will lead to a Request for Proposal (RFP) for the scope of services detailed in Section 3 which will be shared with the shortlisted consultant.

  • BACKGROUND

The Government of the Republic of Namibia (GRN), through the Environmental Investment Fund (EIF) in collaboration with the Namibia Green Hydrogen Programme (NGH2P), has secured a grant under the World Bank’s Global Facility Project Preparation (GFPP) to support the design of a structure conducive to private sector investment in green industrialization and for the maximization of associated socio-economic benefits such as job creation, skills development, local development, and women’s empowerment.

  • SCOPE OF SERVICES

The Transactional Advisor will conduct the following tasks in parallel to the extent possible:

  • Pillar 1: Project Pipeline Readiness

Conduct a thorough assessment of the entire existing pipeline to determine project/company bankability, readiness, and compliance with CIF and MDB investment criteria; evaluate expected pipeline and identify for each project the gaps to achieve the Final Investment Decision (including but not restricted to economic viability, enabling infrastructure requirements, regulatory requirements) and outline the strategy and process for the forthcoming origination and underwriting of the instruments (taking into account the discussions between the GRN and Ninety-One on the new fund considered to extend blended debt to the private sector). Provide strategic recommendations to close the identified gaps and mitigate project risks through market sounding, risk allocation analysis, and financial modelling. Estimate the associated financial needs for projects and enabling infrastructure required. For the avoidance of doubt, the analysis should encompass projects in the pipeline (expected at this stage to be less than 10 projects) as well as enabling infrastructures needed (expected in the area of Walvis Bay).

Pillar 1 deliverables:

  • Data-room collecting all relevant documents to assess the pipeline of projects and information needed to be able to conduct the analysis required under all Pillars described in these terms of reference (such as GHG emissions required under Pillar 4 below).
  • Market sounding summary (including challenges identified preventing reaching Final Investment Decision).
  • Risk allocation matrix (including environmental and social screening for the projects against IFC Performance Standards and the enabling infrastructure against World Bank Environmental and Social Framework).
  • Financial modelling (including as applicable cash flow analysis, cost-benefit analysis, and risk analysis of the identified projects in the pipeline to assess their financial viability and bankability, as well as to prioritize projects based on these evaluations).
  • Note assessing the projects against the CIF IDP criteria and confirming their eligibility under the CIF IDP Program.
  • Note identifying for each project (as well as for enabling infrastructure needed as applicable) the readiness status, bankability gaps and measures to address those, assessing financing needs for both private projects and public infrastructures.

Note identifying for all pipeline projects (as well as for enabling infrastructure needed as applicable) the expected local content, targeted national jobs and more broadly the socio-economic benefits expected to be derived from the projects (identifying key challenges and measures to address them).

  • Pillar 2: Blended Finance & Investment Packaging

Review, evaluate and provide recommendations for blended finance models including as applicable concessional loans, partial credit guarantees, subsidies, and Contracts for Difference, structured debt funds and securitizations to mobilize private sector and DFI investment alongside CIF concessional funding.

Assess the potential for securitization within the project pipeline, evaluate the regulatory environment governing securitization, and identify potential originators for securitization opportunities.

Pillar 2 deliverables:

  • Legal, financial, and tax due diligence regarding the new fund structure to be established in alignment with the GRN discussions with Ninety-One.
  • Note describing the structuring of the new fund structure informed by the aforementioned due diligence.
  • Comprehensive financing solutions for projects (and the enabling infrastructure) to facilitate the achievement of Financing Investment Decision and address identified risks (e.g. lowering the costs of capital to a certain level identified under Pillar, risk mitigation instruments, Contract for Difference etc.).
  • Mapping the potential MDB financing (blended with CIF financing) for the enabling infrastructure required (optimizing the financing terms and conditions to the extent possible).
  • Mapping the potential MDB financing (blended with CIF financing) to support the local SMEs participate to the value chain of the eligible projects identified under Pillar 1.
  • Mapping the potential MDB financing (blended with CIF financing) for the new fund considered.
  • Note assessing securitization potential, regulatory evaluation, and identification of originators for pipeline projects.
  • Pillar 3: Enabling Policy & Fiscal Frameworks

Assess the adequacy of legal, regulatory, and fiscal framework in the context of the pipeline of projects identified under Pillar 1 (and associated enabling infrastructure). This review should encompass analyzing relevant Public-Private Partnership (PPP) models, Special Economic Zone (SEZ) regimes, Exclusive Prospecting License (EPL), tax incentives and recommend measures to address the bankability gaps in the pre-identified projects (and associated enabling infrastructure) and ensure a conducive enabling environment for these investments.

Pillar 3 deliverables:

  • Legal note (part 1) summarizing the review of the existing legal/regulatory gap analysis conducted in the context of the pipeline of projects (which includes a list of measures identified to bridge the gaps), prioritizing the key measures needed to ensure the bankability of the projects identified under Pillar 1.
  • Legal Note (part 2) detailing the concrete measures needed to address the gaps in the enabling environment affecting the pipeline of projects and as the case may be the enabling infrastructure identified under Pillar 1 (e.g. EPL issue).
  • Tax note proposing and quantifying fiscal incentive design, informed by the review of the targeted fiscal incentives such as tax benefits and customs exemptions as the case may be designed to attract investment and accelerate project deployment and other required measures as applicable to close the viability gap of the pipeline identified under Pillar 1.
  • Industry note to provide guidance on measures needed to enhance the participation of the local firms in the value chains of the projects identified under Pillar 1 and associated job creation as well as social economic spillovers.
  • Pillar 4: Monitoring, Evaluation & Knowledge Management

Map CIF IDP impact indicators determining baseline and prospective outcomes based on CIF IDP with the objective to enable the GRN to effectively track greenhouse gas (GHG) reductions, private capital mobilization, job creation, and socio-economic co-benefits, ensuring alignment with CIF IDP monitoring requirements and international best practice standards.

Pillar 4 deliverables:

  • Draft result framework to track the CIF IDP indicators for the pipeline of projects identified under Pillar 1 (and associated enabling infrastructure) including baseline data (to be collected under Pillar 1 data-room).

See attached detailed Terms of Reference (ToR).

  • INVITATION

EIF hereby invites eligible consulting firms (“Consultants”) to submit Expressions of Interest (EOI) for the provision of the above-mentioned Services. Interested, and registered Consultancy Firms should provide information demonstrating that they have the required technical capabilities, managerial capabilities, qualifications and relevant experience to perform the Services to be shortlisted for further engagement on the Socio Economic and Equitable Development (SEED) Project. The information requested in the EOI shall be a pre-requisite to assess the firm’s capability to provide the services required and will be the basis for short-listing of the Consultants for an eventual invitation to submit proposals.

The attention of interested Consultants is drawn to the conditions that Procurement of contracts financed by the proceeds of the proposed World Bank (IBRD) grant will be conducted through the procedures as specified in the World Bank’s Procurement Regulations for IPF Borrowers February 2025 and is open to all eligible firms, subject to the approach to market, as defined in the Procurement Regulations.

  • ELIGIBILITY OF CONSULTANT

The attention of interested Consultants is drawn to paragraph 3.20 to 3.23 of the World Bank’s Procurement Regulations for IPF Borrowers dated February 2025 setting forth the World Bank’s Policy on Eligibility.

  • CONFLICT OF INTEREST

The attention of interested Consultants is drawn to paragraph 3.13, and 3.15 to 3.16 of the World Bank’s Procurement Regulations for IPF Borrowers dated February 2025 setting forth the World Bank’s Policy on Conflict of Interest.

  • QUALIFICATIONS

EIF invites eligible 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 corresponding Services. The Consultant must have demonstrated experience in scope of work required, including proven experience in developing investment plans, blended finance facility, industry decarbonization strategies, and similar assignments in Africa or developing countries. The short-listing criteria for the EoI is as follows:

  • Core Business: The firm (or lead firm in the consortium) must have been in continuous business for a minimum of ten (10) years.
  • Core Business: The firm’s core business must include transaction advisory services, with at least five (5) years of demonstrable experience in providing such services. The firm should demonstrate the institutional capacity to mobilize multidisciplinary expertise (e.g., financial modelling, legal structuring, policy and regulatory advisory, project development, and stakeholder engagement).
  • Relevant Institutional Experience: The firm or consortium must demonstrate substantial experience in undertaking transaction advisory assignments in sectors relevant to industrial decarbonization, green hydrogen, clean energy, or climate-aligned industrial development.
  • Relevant Institutional Experience: The firm should present a track record of at least two (2) assignments of comparable scale, complexity, and scope to the services required under this EOI, ideally involving multilateral development banks, concessional financing, investment plan development or blended-finance instruments.
  • Technical and Managerial Capability: Evidence of robust internal management systems and quality assurance procedures.
  • Regional and Contextual Experience: Experience working in Sub-Saharan Africa, or in emerging economies with similar (similar to Namibia) policy, regulatory, and market environments, will be considered an advantage.
  • Regional and Contextual Experience: Experience working with World Bank, CIF, or other multilateral development bank (MDB) project preparation and reporting requirements will also be an advantage.

NOTE: The Qualifications and Experience of Key Experts shall not be included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage.

Interested Consultants must provide information indicating that they are qualified to perform the Services by completing and submitting the Forms AF1 to AF3 together with other relevant documents. Consultants are encouraged to submit as much evidential track record as possible for ranking purposes.

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. Where a consortium is proposed, clear roles and responsibilities of each partner must be provided, along with evidence of prior collaboration or effective consortium management.

  • APPROACH TO MARKET AND SELECTION METHOD

The approach to market for the procurement of the Consultant will be Open International, and so this EOI will be advertised INTERNATIONALLY and is open to any firm, whether local or international, provided that the Consultancy Firm meet the shortlisting criteria set out in Section 7: Qualifications discussed above. The Consultant will be selected in accordance with the Consultant Qualification Selection (CQS) method set out in the World Bank Procurement Regulations for IPF Borrowers.

From the firms that have submitted an EoI, the EIF will select the firm with the best qualifications and relevant experience and invites it to submit its technical and financial Proposals for negotiations., as per paragraph 7.11 of the World Bank Procurement Regulations for IPF Borrowers, therefore Consultants are encouraged to submit as much evidential track record as possible for ranking purposes. Only shortlisted Consultants will be approached directly by EIF to submit proposals for the services required in the RFP phase.

Any Consultants that are unable to complete the EOI Submission Requirements or do not provide all the relevant information required for shortlisting, may not be substantially responsive and may lead to non-shortlisting of its EOI submission.

  • CORRESPONDENCE

All correspondences and further information requests related to this EOI shall be made in English. Any clarification sought by any firm in respect of the EOI shall be addressed in writing, as per the Clarifications schedule indicated below. Clarifications will be open until last date of clarifications set for 24 October 2025. The clarifications should be addressed to:

Miss Tjirimejo Mbaha

Procurement Management Unit,

1st Floor 8933 Heinitzburg Heights,

c/o Heinitzburg & Dr Theo-Ben Gurirab Streets,

Klein Windhoek

Email: nghp.procurement@eif.org.na

The office hours are: 08:00 – 17:00 (Namibian Time) on Monday – Friday.

  • SUBMISSION OF EXPRESSION OF INTEREST

The EOI document shall be prepared and submitted in the English language and can be submitted and received in ELECTRONIC FORMAT on or before 31 October 2025 at 17:00 (Namibian Time). Submission must be in an electronic copy of a single PDF file and emailed to: nghp.procurement@eif.org.na.

The file is to be titled “SC/EOI/EIF-01-2025: Consultancy Service for Transaction Advisor on Green Industrialization.

Yours sincerely,

David Hamukwaya

MANAGER: PROCUREMENT

SECTION 2: SUBMISSION FORMS

The completed Standard Forms and specific information requested hereafter shall be submitted as Expression of Interest and evaluated for shortlisting purposes.

AF1 – DECLARATION AND UNDERTAKING

[Location, Date]

[To be completed on Company Letterhead] To: Procurement Management Unit Attn: David Hamukwaya

P.O. Box 28157 Auas Valley,

Windhoek 8933 Heinitzburg Heights,

c/o Heinitzburg & Dr Theo-Ben Gurirab Streets,

Klein Windhoek Tel: +264 61 431 7733 Fax: (061) 240 339

E-mail: nghp.procurement@eif.org.na

To whom it may concern,

RE: DECLARATION AND UNDERTAKING

We, the undersigned, are hereby submitting our Expression of Interest for The Consultancy Service for Transaction Advisor on Green Industrialization, in accordance with this Expression of Interest [SC/EOI/EIF- 01/2025], dated 17 October 2025.

We hereby declare that all the information and statements made in this Expression of Interest are true and accept that any misinterpretation contained in it may lead to not being shortlisted or disqualification within any later stage.

We hereby declare that our company, and our staff, partners and associates do not have and are not aware of any actual or potential Conflicts of Interest which may arise through this Expression of Interest, (Please refer to the definition of Conflict of Interest in Section 3.13, and 3.15 to 3.16 as well as Annex IV [Fraud and Corruption] of the World Bank’s Procurement Regulations for IPF Borrowers (February 2025) (Procurement Regulations).

As the Consultant, we acknowledge that we have not previously been involved in the compilation or review of the EIF bidding documents, technical specifications and/or feasibility study for the Socio Economic and Equitable Development (SEED) Project and are eligible to participate.

We acknowledge the submission of the following information is appended to this declaration:

Please clearly acknowledge the attachment of the following information by explicitly writing “YES” or “NO” in the relevant boxes.:

Yes / No

Our company profile providing information of our core business and years in business, relevant experience, technical and managerial capability as well as all other supporting documents.

We further acknowledge that the Scope of Services for the Consultancy Services may be updated, amended, or incorporated with any information forthcoming as part of the EOI submissions received or as a result of this EOI process.

The following person(s) have been nominated on behalf of the Consultant to be the contact person(s) (please complete in print or block letters):

Title and Name

Contact Number

Email address

Yours sincerely,

On behalf of Consultant:

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Company:

Address:

Company Stamp:

AF2 – GENERAL INFORMATION

[Location, Date]

All consultancy firms and each partner of a Joint Venture (JV) applying for the Expression of Interest are requested to complete the information in this form. Nationality information (if applicable) should be provided for all owners or Consultants who are partnerships/associates or individually owned firms. In case of a Joint Venture (JV), the firm designated to be the Lead Partner should be clearly spelt out.

1

Name of firm

2

Head office address

3

Telephone

Contact

4

Fax

E-mail

5

Place of incorporation / registration

Year of incorporation / registration

Nationality of owners (If applicable)1

Name

Nationality

1

2

3

4

5

1To be completed by all owners of partnerships/associates or individually owned firms.

AF3 – EXPERIENCE RECORD

[Location, Date]

[To be completed on Company Letterhead]

Name of Consultant or partner of a joint venture

………………………………………………………………………………………………………………

To enable evaluation of requirements of Section 7: Qualifications, and shortlisting, the Consultant shall be required to fill in this Form (AF3)

On the next page, using the format of this Form (AF3), the Consultant is requested to provide information on each previous completed project of a similar nature and complexity.

The similar nature and complexity shall be aligned as per each respective package qualification requirements of Section 7: Qualifications.

The Consultant is required to explicitly mention for each reference project if they undertook it by themselves or were in a joint venture with another firm.

Consultants must enclose testimonials, certificates, and publicity material with their applications with the aim of aiding the evaluation of qualifications.

Consultants are encouraged to submit as much evidential track record as possible for ranking purposes.

DETAILS OF PROJECTS/CONTRACTS OF SIMILAR NATURE AND COMPLEXITY

[Location, Date]

[To be completed on Company Letterhead]

Name of Consultant or partner of a Joint Venture (JV)/Consortium/Association

………………………………………………………………………………………………………………..

[Use a separate sheet for each reference project/contract]

1

Project/Contract Number:

Name of project/contract:

Country:

2

Name of employer:

3

Employer address:

4

Brief description of services provided and special features relevant to the contract based on which the Consultant wishes to be short-listed.

5

Contract role (check one)

Sole party Management Consultant Sub-consultant Partner in a joint venture

6

Name of associate Consultants (if any):

7

Date Award:

8

Date of Completion:

9

Contract/subcontract duration (years and months)

years months

10

Contract Value:

I hereby certify that the information contained in this Form AF3 is a true and accurate representation of the services performed by [insert Consultant’s name].

Name

………………………………………………………………………..

In the Capacity of

………………………………………………………………………..

Signature

………………………………………………………………………..

Date

………………………………………………………………………..


Источник закупки

Перейти

Импорт - Экспорт по стране Намибия

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru