46
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

Procurement No: AUC/IED/C/046€¦ · 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,

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 2: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 3: Procurement No: AUC/IED/C/046€¦ · 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,

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)

Page 4: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 5: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 6: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 7: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 8: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 9: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 10: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 11: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 12: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 13: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 14: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 15: Procurement No: AUC/IED/C/046€¦ · 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,

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)

Page 16: Procurement No: AUC/IED/C/046€¦ · 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,

16

ITC Clause 3.10

Proposals must remain valid for 90 days after the submission date.

Page 17: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 18: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 19: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 20: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 21: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 22: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 23: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 24: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 25: Procurement No: AUC/IED/C/046€¦ · 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,

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;

Page 26: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 27: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 28: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 29: Procurement No: AUC/IED/C/046€¦ · 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,

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;

Page 30: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 31: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 32: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 33: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 34: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 35: Procurement No: AUC/IED/C/046€¦ · 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,

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

Page 36: Procurement No: AUC/IED/C/046€¦ · 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,

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:

Page 37: Procurement No: AUC/IED/C/046€¦ · 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,

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:

Page 38: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 39: Procurement No: AUC/IED/C/046€¦ · 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,

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.}

Page 40: Procurement No: AUC/IED/C/046€¦ · 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,

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: ___________________________

Page 41: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 42: Procurement No: AUC/IED/C/046€¦ · 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,

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:

Page 43: Procurement No: AUC/IED/C/046€¦ · 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,

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

____________________

Page 44: Procurement No: AUC/IED/C/046€¦ · 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,

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

________________________

Page 45: Procurement No: AUC/IED/C/046€¦ · 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,

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.

Page 46: Procurement No: AUC/IED/C/046€¦ · 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,

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

_________

____