REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES - FIRMS SELECTION)
Western Balkans Trade and Transport Facilitation Project
Albania
Loan No. IBRD-89330-AL
Assignment Title: Management support project supervision and quality assurance of the National Single Window (NSW) implementation in Albania (PSQA Contract).
Reference No. WBTTF-ALB-112AB
The Government of Albania has received financing from the World Bank for the implementation 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”) include the design, development and implementation of an NSW solution and the associated reform and modernization of Customs administration and other border management agency requirements in the Albania. The NSW solution will improve transparency and integrity, lower trade transaction costs, improve inter agency coordination and reduce the time taken to clear goods. Albania has identified the establishment of a National Single Window as a national trade facilitation measure, part of its National Strategy for EU accession and an element of meeting regional and international commitments and goals, including World Trade Organization’s Trade Facilitation Agreement and the norms of the European Union.
Two stages are envisaged for introducing an NSW – (i) revise of Blueprint and preparation of design/technical specification as part of tender document; and (ii) development and supervision assistance during implementation of the systems. First stage, i.e. preparation and design it is completed by the end of October 2021, but it may needs to be updated by the consultant. Namely, the World Bank Group has hired a Consulting firm to assist the MOFE with the preparation and design aspects of the future NSW. As a final result, the consultant has delivered an “NSW Blueprint”. The Blueprint has captured the analysis and key decisions taken by the Government of Albania on several important aspects of the Albanian NSW including, the governance structure to oversee the NSW, the operational model and fee structure to sustain operations, a program of change management and inter alia a NSW implementation plan. A summary of the Blueprint structure and content is enclosed at the Annex of the Terms of Reference, but the bidders should consider that the information provided at the Blueprint needs to be updated. In the second phase of the contract the Consultant will be involved in the supervision of the implementation works by the Contractor. The consultant will assist PIU for technical issues and also in the process of certification of foreseen payments of the contractor and resolving other issues that might be born during implementation.
The consulting engagement is expected to commence within Q4 2022 and continue to Q4, 2025 with various full time and part time consultancy inputs provided as and when needed throughout the duration of the contract period. The duration of the assignment is estimated to be 32 months for development and phase wise implementation of NSW, with possible gap between phases of approximately 8 months due to completion of procurement of services for development of software and procurement of hardware infrastructure and technical equipment.
The Terms of Reference (TOR) for the primary procurement stage for the assignment can be found at the following website: https://financa.gov.al/ .
The Ministry of Finance and Economy 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. The shortlisting criteria are:
- The Consulting firm must be a legal entity;
- At least 10 years’ experience in ICT Project management;
- Quality Assurance (QA) advisory experience of at least one successfully completed complex nation-wide Information System and ICT infrastructure implementation in the past 5 years (from January 2017 up to the deadline for the receipt of applications indicated below);
- Extensive experience in the development and implementation of Information System Strategic and Change Management Plans in a complex country environment and proven track record in the transfer of know-how to similar government organizations;
- Experience in projects/assignments requiring familiarity with RoA legislation and institutional set up, especially for trade sector would be desirable;
- Experience in the design, development or implementation of at least one Customs automated systems or National Single Window systems is required.
- International experience in the design, development or implementation of National Single Window projects for trade would be highly desirable;
- Extensive experience in developing governance frameworks, operational models and organizational structures for the implementation and/or operation of a National Single Window for Trade would be highly desirable;
- Experience in projects/assignments requiring familiarity with RoA trade and border procedures would be desirable;
- Experience in projects/assignments requiring familiarity with market conditions and capabilities for communications technology and IT infrastructure in Albania would be desirable.
Key Experts will not be evaluated at the shortlisting stage.
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” July 2016, revised on November 2017 and August 2018 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. The service will be selected under the provisions of the specified World Bank Procurement Regulations, in accordance with Quality and Cost Based Selection (QCBS) Method, Lump-Sum Contract and Time-based Contract.
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.
Further information can be obtained at the address below during office hours 08:00 to 16:00, Mondays to Thursdays, and from 08:00 to 14:00 on Fridays.
Expressions of interest (documentary evidence for fulfilling the qualifications) must be delivered in a written form to the address below in person, within 9th of September 2022.
Mrs. Veronika KORKAJ, General Director
General Directorate of Financing and Contracting (GDFC)
Ministry of Finance and Economy
Blvd. "Dëshmorët e Kombit", No. 3, Tirana, Albania