Subcomponent 1.1 service provider – Market Linkages Advisory and Investor & B2B facilitation services
Résumé de l’avis Banque mondiale
| Source | Banque mondiale |
|---|---|
| Référence | WB-OP00441446 |
| ID Banque mondiale | OP00441446 |
| Référence appel | GZ-DAI-539786-CS-QCBS |
| Pays | West Bank and Gaza |
| Projet | Innovative Private Sector Development II |
| ID projet | P181354 |
| Grand secteur | Finance & marchés |
| Secteur d’activité | Capital Markets, Other Industry, Trade and Services, Public Administration – Industry, Trade and Services |
| Codes secteurs | FK, YZ, YF |
| Organisme / contact | Development Alternative Inc., Europe |
| Type d’avis | Request for Expression of Interest |
| Statut | Published |
| Méthode de passation | Quality And Cost-Based Selection |
| Date de publication | 28/04/2026 |
| Date d’échéance | 17/05/2026 |
| Catégorie | Consultations |
Voir l’avis officiel Banque mondiale
Description complète
Innovative Private Sector Development II
(IPSD II)
Request for Proposals (RFP)
RFP No: DAI-IPSDII-2026-028
“MARKET LINKAGES ADVISORY AND INVESTOR & B2B FACILITATION SERVICES”
Innovative Private Sector Development Project II (IPSD II)
Issue Date:
April 28, 2026
WARNING: Any amendments to this solicitation will be issued through follow-up email from: IPSD_Procurement@dai.com
Synopsis of the RFP
|
|
|
DAI-IPSDII-2026-028 |
|
|
|
|
April 28, 2026 |
|
|
|
|
“MARKET LINKAGES ADVISORY AND INVESTOR & B2B FACILITATION SERVICES” |
|
|
|
|
DAI/IPSD II. Innovative Private Sector Development Project II 6th Floor, Haifa Building Ramallah, Al Irsal Street, Office Tel.: + 970-2- 2988530 E-mail: IPSD_Procurement@dai.com |
|
|
|
|
All questions must be received by close of business local time in Ramallah on May 10, 2026 [NS1] Ramallah time (GMT+3), by sending an e-mail to: IPSD_Procurement@dai.com |
|
|
|
|
All Proposals must be received by May 17, 2026 @4:00 PM Ramallah Time (GMT+3) by e-mail to: IPSD_Procurement@dai.com
|
|
|
|
|
IPSD_Procurement@dai.com |
|
|
|
|
IPSD II anticipates awarding a Purchase Order (Fixed Price and/or Time and Material). Issuance of this RFP in no way obligates IPSD II to award a purchase order and Consultancy Firms will not be reimbursed for any costs associated with the preparation of their bid. At its discretion, IPSD II may issue one, multiple or no awards related to this solicitation. |
|
|
|
|
An award will be made based on the Trade Off Method. The award will be issued to the responsible and reasonable Consultancy firms /consortiums who provides the best value to DAI using a combination of cost/ price factors that meet or exceed the acceptability requirements for technical/non-cost factors described in this RFP. |
|
|
|
|
120 Days |
|
|
|
||
|
Each Consultancy firm /consortium is responsible for reading very carefully and understanding fully the terms and conditions of this RFP. All communications regarding this solicitation are to be made solely through the Issuing Office and must be submitted via email or in writing delivered to the Issuing Office no later than the date specified above. All questions received will be compiled and answered in writing and distributed to all interested Consultancy Firms/consortiums, no later than May 12, 2026. Consultancy Firms / consortiums must submit questions via email to: IPSD_procurement@dai.com . Questions will not be answered over the phone or in person. Consultancy Firms must insert in the subject line of their email the following RFP number: “DAI-IPSDII-2026-028”. |
||
|
DAI will not enter into any type of agreement with a Consultancy firm /consortium prior to ensuring the Consultancy Firm/consortium’s responsibility. When assessing a Consultancy Firm/consortium’s responsibility, the following factors are taken into consideration:
|
||
|
Consultancy firms /consortiums shall be aware of the general terms and conditions for an award resulting from this RFP. The selected Consultancy firms/consortiums shall comply with all Representations and Certifications of Compliance listed in Attachment D. |
||
|
By submitting a proposal, consultancy firms /consortiums certify that they have not/will not attempt to bribe or make any payments to IPSD II employees in return for preference, nor have any payments with Terrorists, or groups supporting Terrorists, been attempted. Any such practice constitutes an unethical, illegal, and corrupt practice and either the Consultancy firms /consortiums or the IPSD II staff may report violations to the Toll-Free Ethics and Compliance Anonymous Hotline at +1 855-603-6987, via the DAI website, or via email to IPSD_Complaints@dai.com. |
||
|
Please see section 7 below.
|
||
|
Please see section 9 below |
||
|
|
||
1.Instructions to Consultancy Firms
-
- Introduction and Purpose
The Innovative Private Sector Development Project – Phase 2 (IPSD II) is a project for the benefit of the Palestinian Ministry of National Economy (MoNE), funded by the World Bank and the European Union, and implemented by DAI Global UK., invites technical and financial proposals to provide the following consulting services: “MARKET LINKAGES ADVISORY AND INVESTOR & B2B FACILITATION SERVICES”. More details of the services are provided in Attachment A- Scope of Work.
The RFP includes the following documents:
-
- Synopsis of the RFP
- Instructions to Consultancy Firms
- Attachment A- Scope of Work
- Attachment B- Cover Letter
- Attachment C- Price Schedule
- Attachment D- Certification of Compliance
- Attachment E- Past Performance Form
- Attachment F- Proposal Checklist
- Attachment G – Fraud and Corruption
- Attachment H- Team Composition, Assignment, and Key Experts’ inputs
-
- Issuing Office
The Issuing Office and Contact Person noted in the above synopsis is the sole point of contact at DAI for purposes of this RFP. Any prospective Consultancy firms /consortiums who fails to register their interest with this office assumes complete responsibility in the event that they do not receive direct communications (amendments, answers to questions, etc.) prior to the closing date.
-
- Type of Award Anticipated
DAI anticipates awarding a Purchase Order (Fixed Price and / or Time and Material).
-
- Proposal Cover Letter
A cover letter shall be included with the proposal on the Consultancy Firm/consortium’s letterhead with a duly authorized signature and company stamp/seal using Attachment B as a template for the format. The cover letter shall include the following items:
- The Consultancy firms /consortiums will certify a validity period of One Hundred Twenty (120) calendar days for the prices provided.
- Acknowledge the solicitation amendments received, if any.
A Proposal submitted by a Consortium shall be signed by all members so as to be legally binding on all members, or by an authorized representative who has a written power of attorney signed by each member’s authorized representative.
- Conflict of Interest
The Consultancy firms /consortiums are required to provide professional, objective, and impartial advice, at all times holding DAI’s interests paramount, strictly avoiding conflicts with other assignments or its own corporate interests, and acting without any consideration for future work.
The Consultancy firms /consortiums have an obligation to disclose to DAI any situation of actual or potential conflict that impacts its capacity to serve the best interest of DAI. Failure to disclose such situations may lead to the disqualification of the Consultancy firms /consortiums or the termination of its Contract and/or sanctions by the Bank.
- Fraud and Corruption
The World Bank requires compliance with the World Bank’s Anti-Corruption Guidelines, and its prevailing sanctions policies and procedures as set forth in the WB’s Sanctions Framework, as set forth in Attachment G.
In further pursuance of this policy, Consultancy firms /consortiums shall permit and shall cause their agents (where declared or not), subcontractors, subconsultants, service providers, suppliers, and their personnel, to permit the World Bank to inspect all accounts, records and other documents relating to any shortlisting process, Proposal submission, and contract performance (in the case of award), and to have them audited by auditors appointed by the World Bank
- Eligibility
It is the Consultancy Firm/consortium’s responsibility to ensure that its Experts, members, Sub-consultants, agents (declared or not), sub-contractors, service providers, suppliers and/or their employees meet the eligibility requirements as established by the World Bank Regulations dated July 2016, revised November 2017 and August 2018.
- Only One Proposal
The Consultancy Firm (including the individual members of any Consortium) shall submit only one Proposal, either in its own name or as part of a Consortium in another Proposal. If a Consultancy Firm, including any consortium member, submits or participates in more than one proposal, all such proposals shall be disqualified and rejected. This does not, however, preclude a Sub-consultant, or the Consultant’s staff from participating as Key Experts and Non-Key Experts in more than one Proposal.
- Association among Consultants
If a consultancy firm considers that it may enhance its expertise for the assignment by associating with other consultancy firm in the form of a consortium or as Sub-consultants, it may do so.
- Instructions for the Preparation of Technical Proposals
The Technical Proposal shall be submitted in a separate email from the Financial Proposal and shall be clearly labeled “VOLUME I: TECHNICAL PROPOSAL.”
Technical proposals shall include the following contents:
- Relevant Firm Experience (maximum 7 pages) – Provide a list of similar engagements the Consultancy firms /consortiums conducted over the past five years with scope comparable to this assignment, including experience designing and implementing market linkages programs connecting technology startups or innovative SMEs with regional or international markets; conducting startup or SME readiness assessments; providing advisory and preparation support for investor and business-to-business engagements; identifying and engaging relevant market actors such as investors, corporate buyers, and strategic partners; structuring and facilitating investor and B2B matchmaking engagements; and supporting firms in advancing leads toward partnerships, investments, or commercial opportunities.
The information shall be supplied as a table using the template in Attachment E: Past Performance Form, and shall include the legal name and address of the organization for which services were performed, a description of services delivered, the duration of the assignment and the value of the contract, any problems encountered and how they were resolved, the performance criteria used to determine success, and current contact details, including telephone number and email address, of a responsible representative of the client organization.
- Relevant Experience and Qualifications of Key Staff (maximum 8 pages) – Provide a description of the proposed delivery team, including the roles and responsibilities of key experts and their level of effort for the assignment, using the template in Attachment H: Team Composition, Assignment, and Key Experts’ Inputs. The Consultancy firms /consortiums shall demonstrate that the proposed team possesses the experience and qualifications necessary to deliver the scope of services described in this RFP, including experience in market linkages, investor and business-to-business engagement facilitation, startup or SME advisory, and regional or international market engagement.
All tasks proposed under the methodology shall be assigned to specific personnel, clearly indicating responsibility for each task. The proposal shall disclose the contractual relationship between the proposed personnel and the firm, including whether personnel are full-time employees, part-time staff, or subcontracted experts.
The proposal shall include CVs for all key experts highlighting relevant professional experience, qualifications, and expertise. CVs will not count toward the page limit.
- Methodology, Implementation Plan, and Timeline– The proposal shall describe how the Consultancy firms /consortiums will implement the assignment and demonstrate a clear understanding of the objectives, tasks, and deliverables described in this RFP and Attachment A: Terms of Reference. The methodology shall outline the proposed approach to delivering the required services and ensuring timely and effective implementation. The proposed methodology shall also demonstrate how the assignment will be operationalized through a clear implementation approach, including sequencing of activities, allocation of responsibilities, and arrangements for delivery, coordination, monitoring, and quality assurance.
The proposal shall include, at a minimum:
a. A detailed methodology describing the proposed approach for delivering the tasks outlined in the Terms of Reference, including:
- inception and operational set-up;
- local ecosystem assessment and regional / international market assessment;
- firm diagnostic assessments;
- pre-engagement preparation;
- engagement facilitation and implementation;
- post-engagement follow-up;
- selection committee support; and
- coordination and advisory support to Subcomponent 1.1.
b. A proposed implementation approach demonstrating how the methodology will be translated into delivery, including:
- delivery team structure, named personnel, roles, responsibilities, and points of contact;
- detailed task sequencing;
- level of effort, by named personnel and by activity / deliverable;
- proposed tools, systems, templates, and coordination arrangements;
- timeline and milestones;
- risk identification and mitigation measures;
- KPI and monitoring arrangements; and
- reporting, management, and quality assurance arrangements.
c. Evidence of alignment between the proposed methodology, implementation approach, workplan, deliverables, and team structure, including clear allocation of responsibilities among team members in accordance with their experience and qualifications. This should demonstrate a logical match between required competencies and assigned tasks, supported by the qualifications and experience reflected in the proposed team members’ CVs.
d. Demonstrated familiarity with relevant MENA markets and the Palestinian startup and business ecosystem relevant to the scope of this assignment.
The proposed methodology and implementation approach shall form the basis of the Detailed Implementation Plan. Once approved by DAI, it shall serve as the operational baseline for the assignment. Any material change thereafter, including but not limited to the proposed experts, level of effort, task sequencing, or implementation arrangements, shall require DAI’s prior written approval through a formal contract modification.
For further details please see the evaluation criteria below and the qualification requirements.
- Services Specified
For this RFP, DAI requests services described in Attachment A.
- Technical Evaluation Criteria
Technical proposals will be evaluated against the criteria and sub-criteria set out below. The maximum technical score is 80 points, and the financial score is 20 points. Only proposals receiving a minimum technical score of 60 out of 80 will be considered for financial evaluation.
|
Evaluation Criteria |
Evaluation sub-criteria |
Maximum Points |
|
Specific Experience of the Consultancy firms /consortiums Relevant to the Assignment |
1.1 Breadth and relevance of firm experience: Extent to which the Consultancy firms /consortiums demonstrates a track record over the past five (5) years in assignments of similar scope and complexity, including market linkages, technology startup / innovative SME advisory, firm diagnostics, investor engagement, B2B facilitation, and regional or international market engagement. (0-8 points)
1.2 Demonstrated results in comparable engagements: Extent to which the Consultancy firms /consortiums demonstrates credible results in comparable assignments, such as successful delivery of structured investor or B2B engagements, relevant stakeholder mobilization, matchmaking outcomes, lead generation, partnership progression, investment facilitation, or other commercial follow-up outcomes. (0-7 points)
1.3 Strength of relevant market networks: Strength and relevance of the Consultancy Firm’s/Consortium’s existing networks and access to investors, corporate buyers, strategic partners, and ecosystem actors in MENA markets, particularly the Gulf, with additional access to Europe and the United States considered favorably where relevant to the assignment. (0-5 points)
Please provide: A list of similar assignments completed within the past five (5) years using the Past Performance Form (Attachment E).
|
20 |
|
Key Experts’ qualifications and competence for the Assignment |
2.1 Team structure and composition: Suitability and completeness of the proposed delivery team, including clarity of roles and responsibilities, team structure, and allocation of level of effort across key personnel. (0-7 points)
2.2 Relevant expertise of key experts: Professional qualifications and relevant experience of proposed key experts in areas such as market linkages advisory, investor and B2B engagements facilitation and organization, startup or SME advisory, stakeholder engagement, and delivery of similar assignments. (0-7 points)
2.3 Alignment of team expertise with assignment responsibilities: Degree to which the expertise of the proposed team members is appropriately matched to the tasks described in the methodology, implementation approach, and ToR responsibilities. (0-8 points)
2.4 Regional operational capacity of the team: Demonstrated ability of the proposed team to operate across relevant regional markets and engage international stakeholders where required for the assignment. (0-8 points)
Please provide:
* Proposed experts should possess the following skills: Financial, management and marketing skills along with all other skills required for this assignment. |
30 |
|
Adequacy and quality of the proposed methodology, Implementation plan, timeline and work plan in responding to the Scope of Work (TOR) |
3.1 Understanding of the assignment objectives and scope: Demonstrated understanding of the assignment objectives, scope of work, sequencing of activities, and operational requirements under Subcomponent 1.1 (NEXUS). (0-7 points)
3.2 Technical quality of the proposed methodology, and implementation approach: Soundness and practicality of the proposed approach for implementing the required tasks, including market assessment, firm diagnostics, pre-engagement preparation, engagement facilitation support, post-engagement follow-up, and risk identification and mitigation. (0-8 points)
3.3 Quality and realism of the implementation plan and timeline: Coherence and feasibility of the proposed sequencing of activities, workplan, milestones, deliverables, and sequencing of activities. (0-8 points)
3.4 Familiarity with relevant market and ecosystem context: Demonstrated familiarity with relevant MENA markets and understanding of the Palestinian startup and business ecosystem relevant to the assignment. (0-7 points)
Please provide:
|
30 |
|
Financial Proposal |
Financial proposals will be scored as follows: (Lowest Price Offer / Price of the Offer Being Reviewed) × 20 |
20 |
|
Total |
100 |
|
- Confidentiality
From the time the proposals are opened to the time the contract is awarded, the Consultancy firms /consortiums should not contact DAI on any matter related to its Technical and/or Financial Proposal. Information relating to the evaluation of Proposals and award recommendations shall not be disclosed to the Consultancy firms /consortiums who submitted the proposals or to any other party not officially concerned with the process, until the notification of intention to award the contract. Exceptions to this provision are where DAI notifies Consultancy firms /consortiums of the results of the evaluation of the Technical Proposals.
Any attempt by Consultancy firms /consortiums or anyone on behalf of the Consultancy firms /consortiums to influence improperly DAI in the evaluation of the proposals or Contract award decisions may result in the rejection of its proposal and may be subject to the application of prevailing World Bank’s sanctions procedures.
Notwithstanding the above provisions, from the time of the proposal’s opening to the time of Contract award publication, if a Consultancy firms /consortiums wishes to contact DAI or the World Bank on any matter related to the selection process, it shall do so only in writing.
- Basis of Award
Best Value Determination
DAI will review all proposals, and make an award based on the technical and cost evaluation criteria stated above and select the Consultancy firm /consortium whose proposal provides the best value to DAI. DAI may also exclude an offer from consideration if it determines that a Consultancy Firm is “not responsive”, i.e., that it does not have the management and financial capabilities required to perform [NS2] the work required, or the prices are illogical (do not comply with the common local pricing standards).
DAI may award higher-priced consultancy firm /consortium if a determination is made that the higher technical evaluation of that Consultancy firm /consortium merits the additional cost/price.
DAI may award to a consultancy firm /consortium without discussions. Therefore, the initial offer must contain the consultancy Firm/consortium’s best price and technical terms.
- Inspection & Acceptance
The designated DAI Assignment Manager [NS3] will closely track the execution of the assignment to determine whether the activities are being performed in a satisfactory manner, and that activities implemented are of acceptable quality and standards. The consultancy firms /consortiums shall be responsible for any countermeasures or corrective action, within the scope of this RFP, which may be required by the DAI Assignment Manager as a result of such inspection.
Attachment A
TERMS OF REFERENCE (ToR)
For
MARKET LINKAGES ADVISORY AND INVESTOR & B2B FACILITATION SERVICES
- PROJECT IMPLEMENTING AGENCY
DAI Global UK Ltd. is the Project Implementing Agency (PIA) for the Innovative Private Sector Development II Project (IPSD II). DAI is a leading international development company with more than 50 years of experience working on the frontlines of global development, tackling fundamental social and economic challenges in emerging markets. Operating in over 80 countries, DAI delivers high-impact, evidence-based development solutions that improve governance, strengthen markets, and expand economic opportunity. DAI works with international development agencies, multilateral lending institutions, private corporations, philanthropic organizations, and national governments to design and implement programs that translate ideas into lasting, measurable results.
- PROJECT BACKGROUND & OBJECTIVES
The Innovative Private Sector Development Project – Phase 2 (IPSD II) is a project for the benefit of the Palestinian Ministry of National Economy (MoNE), funded by the World Bank and the European Union, and implemented by DAI Global UK. With a total budget of US$ 24.5 million, IPSD II aims to improve the economic opportunities for tech and tech-enabled startups, innovative small and medium-sized enterprises (SMEs), and individuals operating in the digital economy in the West Bank. In the event of an Eligible Crisis and Emergency, IPSD II is also equipped to respond promptly and effectively, ensuring continuity and adaptability of project support.
IPSD II falls under the World Bank’s overarching objective to alleviate market failures related to gaps and binding constraints in the entrepreneurship ecosystem of the digital economy including in human capital, financing, product markets, enabling policies, institutional support, and connectivity.
IPSD II is structured around four components:
Overview of IPSD II Components
|
Component 1: Entrepreneurship Ecosystem Development |
|
Subcomponent 1.1: Strengthening Market Linkages for Palestinian Startups (NEXUS) |
|
Initiative 1: Awareness events Initiative 2: Investor & Business-to-Business (B2B) networking events. Initiative 3: Market access matching grants |
|
Subcomponent 1.2: Developing a dynamic startup finance ecosystem |
|
Initiative 1: Angel group/network building Initiative 2: Investment readiness advisory services (IRAS) Initiative 3: Catalytic funding grants |
|
Subcomponent 1.3: Improve government to business services—implementation and further enhancements to the Automated Business Registry System (ABRS) |
|
Initiative 1: Capacity building for the Companies Registry and further enhancements to ABRS Initiative 2: Capacity building on business licensing and inspections reform Initiative 3: Unified and online public register of business administrative procedures and regulations |
|
Component 2: Building a regional Outsourcing Hub |
|
Component 3: Project Management and Implementation Support |
|
Component 4: Contingent Emergency Response Component (CERC) |
The ToR relates to the procurement of a specialized Industry Expert Firm to support the planning, structuring, and implementation of activities under “Subcomponent 1.1 “Strengthening Market Linkages for Palestinian Startups (NEXUS)” during the 2026 implementation period.
- ABOUT SUBCOMPONENT 1.1: NEXUS
NEXUS aims to improve market linkages for Palestinian startups and innovative SMEs. The subcomponent addresses key constraints, including limited access to markets, fragmented business networks, and restricted engagement with regional and international investors, corporate buyers, commercial partners, accelerators, and other ecosystem actors. Recognizing that entrepreneurial success is strongly correlated with ecosystem connectivity, Subcomponent 1.1 deploys a set of market-facing, demand-driven interventions designed to enhance the visibility, competitiveness, and integration of Palestinian firms into regional and international markets.
The subcomponent consists of three core initiatives:
- Awareness Activities: Facilitate the participation of Palestinian technology startups and innovative SMEs in strategic regional and international events to support early-stage market exposure, ecosystem discovery, and demand testing for Palestinian talent, products, and services.
- Investor and Business-to-Business Networking Engagements: Design and implement curated, structured investor and B2B engagements that connect Palestinian technology startups and innovative SMEs with regional and international investors, corporate buyers, and strategic partners through targeted, high-value matchmaking aligned with firm readiness and market opportunity.
- Market-Access Matching Grants: Provide cost-shared financial support to enable Palestinian technology startups and innovative SMEs to address market-entry barriers and expand into regional and international markets.
- OBJECTIVE OF THE ASSIGNMENT
The objective of this assignment is to engage a specialized Industry Expert Firm to strengthen the readiness, positioning, and structured market engagement of Palestinian technology startups and innovative SMEs benefiting from NEXUS-supported regional and international activities.
In 2026, IPSD II plans to:
- Facilitate the participation of approximately thirty-five to forty-five (35-45) beneficiary firms in selected Awareness Activities;
- Organize one to two (1 – 2) Investor and B2B Networking Engagements for approximately five to eight (5-8) beneficiary firms per engagement; and
- Award fifteen (15) Market-Access Matching Grants.
Under the Investor and B2B Networking Engagements initiative, the selected Firm shall: (i) conduct structured market and firm-level readiness assessments; (ii) support the evidence-based selection, structuring, and design of Investor and B2B Networking Engagements; (iii) deliver preparation, facilitation, and post-engagement follow-up support to beneficiary firms; and (iv) enable effective engagement through targeted matchmaking with regional and international investors, corporate buyers, and ecosystem actors.
Under the Awareness Activities initiative, the selected Firm shall, as needed, provide structured preparation, facilitation, coordination, and post-engagement follow-up support to beneficiary firms selected to participate in Awareness Activities , with the aim of maximizing structured engagement outcomes. The Awareness Activities currently planned for 2026 are: (i) Biban, Saudi Arabia (November 2026, dates to be confirmed); (ii) Web Summit Lisbon, Portugal (9-12 November 2026); and (iii) Expand North Star, United Arab Emirates (8-10 December 2026).
In addition, the Firm shall serve as a voting member of the Market-Access Matching Grants Selection Committee, in accordance with IPSD II governance procedures.
The Service Provider shall support the Subcomponent 1.1 team through advisory, coordination, technical input, and non-voting assessment functions, including, but not limited to, identification and procurement-related support for third-party service providers, only where expressly authorized in writing by IPSD II and in accordance with applicable IPSD II governance and procurement procedures.
TASKS AND RESPONSIBILITIES
The selected Firm shall be responsible for performing the following tasks:
-
- Investor & B2B Engagement Design
- Conduct a local (Supply-side) ecosystem assessment covering Palestinian technology startups and innovative SMEs, as well as relevant ecosystem actors and enablers, including but not limited to venture capital funds, angel investors, ecosystem support organizations, incubators, accelerators, and other relevant market actors. The assessment shall identify readiness patterns, sector focus, needs, market ambitions, ecosystem bottlenecks, and the critical gaps with proposed interventions and engagement design;
- Conduct a regional and international market assessment that is explicitly grounded in and derived from the findings of the local ecosystem assessment, firm diagnostics, and firm applications. The assessment shall evaluate demand, investor and corporate buyer appetite, commercial opportunity, scale potential, and relevant market-entry considerations in the markets identified through the local assessment, while also allowing the Firm to propose additional high-potential markets for consideration where justified by evidence;
- Prepare and submit a Market Engagement Report consolidating the findings of the local ecosystem assessment, firm diagnostics, and the regional/international market assessment, and shall identify the priority gaps, opportunities, and engagement implications relevant to Investor and B2B Networking Engagements;
The report shall include, at a minimum:
- Priority markets for investor and B2B engagements, justified through a multi-criteria assessment including but not limited to:
- Demonstrated sector demand and commercial opportunity;
- Investor and corporate buyer appetite;
- Beneficiary firm readiness and strategic alignment;
- Regulatory and market-entry viability, including licensing requirements, registration procedures, compliance obligations, cost and timeline of establishment, and ease of doing business considerations;
- Political, operational, and cross-border risk considerations.
- Develop and maintain a Stakeholder Mapping and Prioritization Database covering investors, corporate buyers, strategic partners, and ecosystem actors per identified priority market;
- Develop a Matchmaking Matrix for each engagement, mapping beneficiary firms to target stakeholders based on sector alignment and engagement objectives;
- Support Subcomponent 1.1 in defining the operational concept, format, and delivery model of each Investor and B2B Engagement, including venue considerations, agenda structure, meeting flow architecture, and coordination requirements;
- Develop and maintain a structured Outreach and Engagement Tracker throughout implementation documenting stakeholder prioritization, contact status, meeting confirmations, and follow-up actions;
- Propose measurable engagement KPIs for approval by the Subcomponent 1.1 Lead.
The Stakeholder Mapping and Prioritization Database, Matchmaking Matrix, Outreach and Engagement Tracker, and approved KPI tracking framework shall be maintained as live implementation tools and updated throughout the assignment.
-
- Firm Diagnostic Assessments
- Utilize the diagnostic assessment framework and scoring matrix provided by IPSD II. The selected firm shall, as needed, support IPSD II in refining the framework to enhance its practical usability, consistency of scoring, and alignment with engagement objectives;
- Conduct structured diagnostic assessments for applicant firms deemed eligible by IPSD II to evaluate readiness for regional and international Investor and B2B engagements across key NEXUS dimensions, including product–market fit, scalability, financial preparedness and investability, legal and compliance standing, and market research needs;
- Prepare concise firm diagnostic reports to inform the composition of participating groups, engagement design, and matchmaking.
- Pre-Engagement Preparation
- Deliver structured pre-event preparation sessions to beneficiary firms selected for Investor and B2B engagements and, where applicable, Awareness Activities. Preparation shall, at minimum, include:
- Enhancing pitching skills;
- Refining pitch decks;
- Identifying engagement objectives;
- Aligning messaging to target stakeholders;
- Support curated meeting identification, firms’ preparation, and stakeholder alignment where relevant.
- Submit documented pre-engagement readiness confirmation for each beneficiary firm
- Engagement Facilitation & Implementation
- Support Subcomponent 1.1 in the planning, structuring, coordination, and implementation of approved Investor and B2B Networking Engagement(s), including stakeholder outreach, meeting scheduling, and engagement logistics in line with the approved engagement plan.
- Identify and recommend third-party service providers required for the implementation of the approved Engagement(s) and, where expressly authorized in writing by IPSD II, support their engagement in accordance with applicable IPSD II approval, procurement, contracting, and documentation requirements. Such providers may include, as applicable, providers of venue rental, audiovisual, media coverage, social media support, and other operational services required for the structured delivery of the Engagement(s).
Under no circumstances shall the Firm make any financial commitment, contractual commitment, procurement decision, or engage any third party without the prior written authorization of IPSD II.
- Design, coordinate, and support the implementation of the approved outreach and stakeholder engagement campaign for each Engagement.
- Provide real-time facilitation and coordination support during the Engagement(s) and identify, document, and support the resolution of operational or stakeholder-related issues arising during implementation, in coordination with Subcomponent 1.1.
- Post-Engagement Support
- Provide targeted post-engagement advisory support to beneficiary firms to help translate investor and B2B engagements into concrete follow-up actions, including lead prioritization and next steps;
- Track, document and report beneficiary firm progress, including monitoring the status of leads and deals generated through Investor and B2B engagements and documenting subsequent follow-up actions.
- Selection Committee Support
- Serve as a non-voting technical assessor on the Investor and B2B Networking Engagements Selection Committee, providing independent and evidence-based inputs to readiness and engagement selection decisions;
- Serve, when required by IPSD II and where no actual, potential, or perceived conflict of interest exists, as a voting member of the Market-Access Matching Grants Selection Committee, in accordance with IPSD II governance and compliance requirements. Any such conflict shall require recusal and replacement by IPSD II.
- Coordination and Programmatic Support
- Participate in regular coordination meetings with Subcomponent 1.1 and provide structured advisory inputs to inform planning adjustments and risk mitigation.
- DELIVERABLES
All deliverables shall be submitted in English, in electronic format, and shall be subject to review and approval by the Subcomponent 1.1 Lead. Deliverables that involve ongoing services shall be considered complete upon satisfactory delivery of the relevant service outputs and submission of the required supporting documentation or reports.
For pricing and contract administration purposes, the Consultancy firms /consortiums shall specify in Attachment C the maximum level of effort, by named personnel and by deliverable/activity. The approved levels of effort shall constitute contractual ceilings and may not be exceeded without DAI’s prior written approval and formal contract modification.
Deliverable 1: Market Engagement Report
The Market Engagement Report shall serve as the core analytical and planning document for Investor & B2B Networking Engagements and shall include:
- Local ecosystem assessment findings covering beneficiary firms and relevant ecosystem actors, including venture capital funds, angel investors, ecosystem support organizations, incubators, accelerators, and other relevant enablers;
- Identification of key ecosystem, readiness, and market-linkage gaps to be addressed;
- Regional/international market assessment findings explicitly based on the local ecosystem assessment, firm diagnostics, and firm applications;
- Priority regional and international market selection for investor and B2B engagements, with justification;
- Stakeholder Mapping and Prioritization Database, submitted initially and updated prior to each engagement;
- Engagement design recommendations per target market; and
- Matchmaking logic and stakeholder targeting and engagement methodology.
Deliverable 2: Firm Diagnostic Reports
- Structured diagnostic assessments for all firms deemed eligible by IPSD II;
- Individual firm diagnostic reports for each applicant firm, assessing readiness for the approved investor and B2B engagements; and
- Summary analysis of common readiness constraints and implications for engagement design and firm preparation.
Deliverable 3: Pre-Engagement Preparation & Engagement Implementation
- Structured pre-engagement 1:1 preparation (Technical Assistance) sessions;
- Updated Outreach and Engagement Tracker submitted prior to each engagement and annexed to each engagement close-out report;
- Execution of the approved outreach and stakeholder engagement campaign;
- Stakeholder confirmation and meeting scheduling;
- Real-time facilitation and on-site or virtual coordination;
- Resolution and documentation of operational or stakeholder-related issues during implementation; and
- Updated Lead and Deal Tracking Report submitted monthly following each engagement, including progress status, barriers, and recommended actions.
- Structured post-engagement advisory sessions per participating firm;
Deliverable 4: Selection Committee Participation
- Participation as non-voting technical assessor for Investor & B2B Engagement Selection Committees;
- Participation, when required, as voting member of the Market-Access Matching Grants Selection Committee;
- Submission of scoring sheets and technical evaluation inputs in accordance with IPSD II governance procedures;
- Compliance with confidentiality and conflict-of-interest requirements.
Deliverable 5: Performance Reporting & Completion
- Engagement close-out report, within ten (10) business days, summarizing meetings conducted, outcomes and leads, stakeholder feedback, and recommended follow-up actions.
- Quarterly performance reports tracking measurable progress against approved KPIs, results achieved, challenges, and mitigation measures;
- Final Completion Report summarizing all deliverables, performance against KPIs, lessons learned, and recommendations for future NEXUS cycles.
7. Required Qualifications
The selected Firm shall demonstrate:
- A minimum of five (5) years of relevant experience in market linkages, investor and B2B facilitation, startup and SME acceleration, or international market expansion;
- Strong experience and established networks in MENA markets, with a particular focus on the Gulf, and demonstrated access to networks in Europe and the United States, including the ability to engage or subcontract specialized service providers as required;
- Proven experience supporting technology startups and innovative SMEs in market-entry and investor engagement activities;
- Demonstrated success in designing and implementing investor and B2B matchmaking engagements;
- A qualified delivery team with appropriate technical expertise and coordination capacity;
- Ability to deliver services remotely, in person, or through hybrid modalities;
- Ability to travel regionally and internationally (mandatory); ability to travel to the West Bank (asset);
- Strong communication, reporting, and stakeholder engagement capabilities.
8. Language Requirements
- All formal deliverables shall be produced in English.
- Beneficiary-facing materials and activities shall be delivered in Arabic, English, or bilingually, as appropriate.
9. Tools and Systems
The selected firm shall propose and use tools to support diagnostics, matchmaking, engagement tracking, and reporting, subject to IPSD II approval and data-protection requirements. IPSD II’s online application system shall be used exclusively for intake.
10. Data Confidentiality and Ownership
All data, information, and materials collected, generated, processed, or compiled under this assignment, including but not limited to firm diagnostics, assessments, applications, reports, contact lists, engagement outputs, monitoring data, and documentation related to data collection methodologies, shall be owned by DAI and may be shared with the World Bank and other authorized stakeholders as required for project implementation, reporting, audit, and oversight purposes. The Industry Expert Firm shall have no ownership rights over such data or materials. The selected Firm shall:
- Maintain strict confidentiality of all data relating to beneficiaries, applicants, investors, partners, and other individuals or entities participating in or associated with NEXUS-supported activities, at all stages of the assignment, including prior to, during, and after contract completion;
- Use all data and materials collected or produced under this assignment solely for the purposes expressly stated in this ToR and as agreed in the Firm’s approved technical proposal;
- Not disclose, distribute, share, publish, reuse, or exploit any data or materials—whether for commercial or non-commercial purposes—to any third party without the prior written authorization of DAI, including after completion or termination of the assignment;
- Ensure that the same confidentiality and data protection obligations apply to its staff, consultants, and any approved subcontractors, and remain fully responsible for their compliance;
- Implement appropriate data protection and security measures to prevent unauthorized access, use, loss, or disclosure of data.
- Upon completion or termination of the assignment, return or securely destroy all data and materials in accordance with DAI’s written instructions.
DAI shall have the perpetual right to use, adapt, reproduce, and disseminate any materials, tools, methodologies, or outputs developed under this assignment for programmatic, reporting, audit, or knowledge-sharing purposes.
Nothing in this section shall be construed as granting the selected Firm any ownership rights over data or materials produced under this assignment.
11. Duration and Indicative Timeline
The assignment shall cover calendar year 2026, with possible extension subject to performance, funding availability, and approval by DAI/PIA and the World Bank. Indicative timeline:
- Contract start and inception: Q2 2026
- Market identification and diagnostics: Q2–Q3 2026
- Investor and B2B engagements: Q3–Q4 2026
- Awareness Activities: Q3-Q4 2026
- Completion reporting: December 2026
Attachment B
Cover Letter Template
[On Firm’s Letterhead]Date: Click or tap here to enter text.
TO:
DAI Global UK Ltd.
Innovative Private Sector Development Project II (IPSD II)
I, the undersigned, submit the attached proposal in accordance with RFP DAI-IPSDII-2026-028 issued on Click or tap here to enter text.
I certify that this Proposal, including the prices provided in the attached Price Schedule, shall remain valid for one hundred twenty (120) calendar days from the proposal submission deadline stated in the RFP.
[For Consortiums only] We confirm that [Insert name of lead firm] is the lead firm and duly authorized representative of the Consortium for the purpose of this Proposal and, if awarded, for contract signature and contract administration.
The Consultancy firms /consortiums shall verify the items specified in Attachment F of this RFP document.
We understand that DAI is not bound to accept any proposal it receives.
Yours sincerely,
Authorized Signature:
Name and Title of Signatory: Click or tap here to enter text.
Name of Firm / Lead Firm: Click or tap here to enter text.
Address: Click or tap here to enter text.
Telephone: Click or tap here to enter text.
Email: Click or tap here to enter text.
Company Seal/Stamp:
Attachment C: Price Schedule
Deliverable 1:
|
No |
Deliverable |
Description |
Pricing Basis |
Quantity for pricing |
Resource Name(s) |
Daily Rate / |
Level of Effort (Days) |
Total Price (US$) |
|
1 |
Market Engagement Report |
One-time deliverable. |
Fixed Price |
1 Report |
1.
2.
3.
4.
5.
|
|
N/A |
|
|
Total
|
|
|||||||
Deliverable 2:
|
No |
Deliverable |
Description |
Pricing Basis |
Quantity for pricing |
Resource Name(s) |
Daily Rate / |
Level of Effort (Days) |
Total Price (US$) |
|
1 |
Firm Diagnostic Assessments and Selection Committee Participation |
Anticipated to cover approximately 30 eligible firms per Engagement. Includes firm diagnostic assessments, recommendation reports, and presentation of assessment to the relevant committee. |
Level of Effort |
30 firms |
1.
2.
3.
4.
5.
|
|
||
|
Total |
|
|||||||
|
|
Deliverable 3:
|
|
|
|
|
|
|
|
|
No |
Deliverable |
Description |
Pricing Basis |
Quantity for pricing |
Resource Name(s) |
Daily Rate / |
Level of Effort (Days) |
Total Price (US$) |
|
1 |
Deliverable 3A: Awareness Activity (Technical Assistance Support) |
Anticipated group of approximately fifteen 15 beneficiary firms per Awareness Activity (up to 3 awareness activities). Includes technical assistance support and post-activity follow-up, as required. |
Level of Effort |
45 firms |
1.
2.
3.
4.
5.
|
|
||
|
2 |
Deliverable 3B.1: Investor / B2B Networking Engagement (Technical Assistance Support) |
Anticipated group of approximately 8 beneficiary firms per Engagement. Includes technical assistance and post-activity follow-up. |
Level of Effort |
16 firms |
1.
2.
3.
4.
5.
|
|
||
|
3 |
Deliverable 3B.2: Investor / B2B Networking Engagement Implementation |
Includes venue, audiovisual and technical setup, media coverage, social media support, and other IPSD II-approved operational services and or any other Items IPSD may qualify. |
Fixed Price |
2 Engagements |
|
|
N/A |
|
|
Total
|
|
|||||||
Deliverable 4:
|
No |
Deliverable |
Description |
Pricing Basis |
Quantity for pricing |
Resource Name(s) |
Daily Rate / |
Level of Effort (Days) |
Total Price (US$) |
|
1 |
Market Access Matching Grants Selection Committee Participation |
Anticipated group of approximately 15 eligible applications. Includes application assessment, participation in interviews & sessions, and submission of required committee documentation. |
Level of Effort |
15 firms |
1.
2.
3.
4.
5.
|
|
||
|
Total |
|
|||||||
Deliverable 5:
|
No |
Deliverable |
Description |
Pricing Basis |
Quantity for pricing |
Resource Name(s) |
Daily Rate / |
Level of Effort (Days) |
Total Price (US$) |
|
1 |
Performance Reporting and Final Completion |
Includes engagement close-out reports, periodic performance reports, and the Final Completion Report in accordance with Attachment A. |
Fixed Price |
1 Reporting Package |
1.
2.
3.
4.
5.
|
|
N/A |
|
|
Total |
|
|||||||
|
No |
Deliverable # |
Price in USD ($) including VAT and all applicable taxes |
|
1 |
Deliverable 1 |
|
|
2 |
Deliverable 2 |
|
|
3 |
Deliverable 3 |
|
|
4 |
Deliverable 4 |
|
|
5 |
Deliverable 5 |
|
|
Grand Total (US$), including VAT and applicable taxes |
|
|
Notes
- The Price Schedule provided in Attachment C shall be in full alignment with Attachment A and Attachment H (Team Composition, Assignment, and Key Experts’ Inputs).
- The Requirement / Pricing Assumption column is provided to clarify the anticipated scope of the assignment and ensure consistent pricing assumptions across bidders.
- Unless otherwise stated, the Consultancy Firm/consortium shall provide a price for one unit only of each relevant item. IPSD II may determine the final quantities and apply the relevant multiplication later, as needed, for evaluation, budgeting, and contracting purposes.
- For fixed-price items, the consultancy Firm/consortium shall provide the corresponding lump-sum price.
- Kindly ensure that, when preparing your pricing, you include the names of the resources who will be assigned to the task, even if the pricing is provided as a single fixed lump sum.
- For Time & Material (LoE) items, the Consultancy Firm/consortium shall provide the applicable daily rate and the level of effort in days for the pricing unit stated in the relevant row.
- The Consultancy Firm/consortium may include as many resources / names as necessary under each deliverable. For fixed-price deliverables, the Consultancy Firm/consortium shall provide the names of the resources assigned to each deliverable together with the corresponding lump-sum price.
- Prices quoted for fixed-price and Time & Material items shall be fully inclusive of all professional fees, staff costs, overheads, administration, communications, reporting, and all other direct and indirect costs required to deliver the relevant item, unless expressly stated otherwise in this Price Schedule.
- Attendance at regular coordination meetings with IPSD II, routine communications, and ordinary progress updates required for delivery of the assignment shall be deemed included in the prices quoted for the relevant deliverables and shall not be priced separately.
- Costs already included under fixed-price or Time & Material items shall not be duplicated under Allowable Costs.
- Allowable costs shall apply only where expressly authorized in writing by IPSD II in advance and supported by the required documentation.
- Any allowable costs required to carry out the tasks, such as travel expenses, must receive prior approval from DAI-IPSD.
- Reimbursement of allowable costs previously approved by DAI will be made upon receipt of the relevant invoices and proof of payment.
- No third-party commitment of funds, procurement action, or contractual engagement shall be made without prior written authorization from IPSD II.
- The Service Provider shall support the Subcomponent 1.1 team through advisory, coordination, technical input, and non-voting assessment functions, including, but not limited to, identification and procurement-related support for third-party service providers, only where expressly authorized in writing by IPSD II and in accordance with applicable IPSD II governance and procurement procedures.
Attachment D: Representations and Certifications of Compliance
1. Federal Excluded Parties List – The Consultancy firms /consortiums Select is not presently debarred, suspended, or determined ineligible for an award of a contract by any Federal agency.
2. Executive Order on Terrorism Financing– The Contractor is reminded that U.S. Executive Orders and U.S. law prohibits transactions with, and the provision of resources and support to, individuals and organizations associated with terrorism. It is the legal responsibility of the Contractor/Recipient to ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provide resources or support to, individuals and organizations associated with terrorism. No support or resources may be provided to individuals or entities that appear on the Specially Designated Nationals and Blocked Persons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations Security Designation List (online at: http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml). This provision must be included in all subcontracts/sub awards issued under this Contract.
3. Trafficking of Persons – The Consultancy firms /consortiums may not traffic in persons (as defined in the Protocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children, supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, and use forced labor during the period of this award.
4. The Consultancy firms /consortiums certifies that it is legally and financially autonomous, operates under commercial law and is not a dependent agency of the Palestinian Authority.
5. The Consultancy firms /consortiums certifies that it has no conflict of interest in accordance with section 2 of the Instructions to Consultancy Firms.
6. The Consultancy firms /consortiums certifies that it meets the eligibility requirements as stated in section 4 of the Instructions to Consultancy Firms, and it confirms its understanding of its obligation to abide by the World Bank’s policy in regard to Fraud and Corruption as per section 3 of the Instructions to Consultancy Firms and Attachment G to this RFP.
7. The Consultancy Firm/consortium, along with any of its sub-consultants, subcontractors, suppliers, or service providers for any part of the contract, certifies that it is not subject to, and not controlled by any entity or individual that is subject to, a temporary suspension or a debarment imposed by the World Bank Group or a debarment imposed by the World Bank Group in accordance with the Agreement for Mutual Enforcement of Debarment Decisions between the World Bank and other development banks. Further, the Consultancy firms /consortiums certifies that it is not ineligible under the Palestinian Authority laws or official regulations or pursuant to a decision of the United Nations Security Council;
Signed:______________Authorized Representative of the Consulting Firm/consortium
Attachment E: Past Performance Form
Include assignments that best illustrate your work experience relevant to this RFP, sorted in decreasing order of completion date. Assignments must have been undertaken within the past five (5) years.
|
# |
Project Title |
Legal Name of Client Organization |
Country / Market(s) Covered |
Brief Description of Activities / Scope of Services |
Relevance to this RFP |
Key Outcomes / Results Achieved |
Contract Value (US$) |
Start Date |
End Date |
Completed on Schedule (Yes/No) |
Completion Letter Received (Yes/No) |
Type of Agreement, Subcontract, Grant, PO (fixed price Purchase order, cost reimbursable |
Client Reference: Name, Title, Email, Phone number |
|
1 |
|||||||||||||
|
2 |
|||||||||||||
|
3 |
|||||||||||||
|
4 |
|||||||||||||
|
5 |
|||||||||||||
|
6 |
|||||||||||||
|
7 |
Attachment F: Proposal Checklist
__________________________________________________________________________
Does your proposal include the following?
☐ Signed Cover Letter (use template in Attachment B)
☐ Separate Technical and financial proposals.
☐ Proposal of the Product or Service that meets the technical requirements as per Attachment A
☐ Response to each of the evaluation criteria
☐ Documents required to determine responsibility
☐ Attachment C: Price Schedule, completed
☐ Attachment D: Representations and Certifications of Compliance, completed and signed
☐ Attachment E: Past Performance Form, completed
☐ Attachment H: Team Composition, Assignment, and Key Experts’ Inputs, completed
☐ CVs of all Key Experts
☐ Any additional supporting documents required by the RFP
Attachment G
Fraud and Corruption
- Purpose
- The World Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under World Bank Investment Project Financing operations.
- Requirements
- The World Bank requires that Borrowers (including beneficiaries of World Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of World Bank-financed contracts, and refrain from Fraud and Corruption.
- To this end, the World Bank:
- Defines, for the purposes of this provision, the terms set forth below as follows:
- “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
- “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
- “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
- “coercive practice” 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;
- “obstructive practice” is:
- deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a World Bank 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; or
- acts intended to materially impede the exercise of the World Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
- Rejects a proposal for award if the World Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
- In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the World Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the World Bank to address such practices when they occur, including by failing to inform the World Bank in a timely manner at the time they knew of the practices;
- Pursuant to the World Bank’s Anti- Corruption Guidelines and in accordance with the World Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or otherwise benefit from a World Bank-financed contract, financially or in any other manner;[1] (ii) to be a nominated[2] sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a World Bank-financed contract; and (iii) to receive the proceeds of any loan made by the World Bank or otherwise to participate further in the preparation or implementation of any World Bank-financed project;
- Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a World Bank loan, requiring (i) bidders (applicants/proposers),, consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the World Bank to inspect[3] all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the World Bank.
Attachment H: Team Composition, Assignment, and Key Experts’ inputs
|
N° |
Name |
Expert input (per person, per day) allocated to each deliverable |
Total time-input (in days) |
||||||||||||||
|
Position/ Primary Responsibility |
|
D-1 |
|
D-2 |
|
D-3 |
…….. |
|
D-… |
|
|
|
Home |
Field |
Total |
||
|
KEY EXPERTS |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
K-1 |
|
[Team Leader] | [Home] | [2 day] |
|
[1.0] |
|
[1.0] |
|
|
|
|
|
|
|
|
|
| [Field] | [0.5 day] |
|
[2.5] |
|
[0] |
|
|
|
|
|
|
|
|
||||
|
K-2 |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||||
|
K-3 |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||||
|
n |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
||||
|
|
|
|
|
|
|
|
|
|
|
|
Subtotal |
|
|
||||
|
NON-KEY EXPERTS |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
N-1 |
|
|
[Home] |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
| [Field] |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
N-2 |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
n |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|||
|
|
|
|
|
|
|
|
|
|
|
|
Subtotal |
|
|
||||
|
|
|
|
|
|
|
|
|
|
|
|
Total |
|
|
|
|||
- For Key Experts, the input shall be indicated individually.
- One working (billable) day shall consist of not less than eight (8) billable hours.
- “Home” means work carried out in the expert’s country of residence. “Field / Travel” means work carried out in the West Bank and / or in other approved assignment-related locations outside the expert’s country of residence.
- The assignment is expected to be delivered using a blended format, incorporating in-person, remote, and travel-based inputs as required and feasible.
- Attachment H shall be fully aligned with Attachment C and the final deliverable structure in Attachment A.
- For fixed-price deliverables, the Consultancy firms /consortiums shall identify the resources assigned to each deliverable.
Full time input
Part time input
[1] For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract. [2] A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. [3] Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the World Bank or persons appointed by the World Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm’s or individual’s financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Proposed: DAI may reject a proposal as non-responsive if it materially fails to comply with the requirements of this RFP. DAI may determine a Consultancy Firm/Consortium to be non-applicable / ineligibile if it lacks the managerial, technical, or financial capacity required for performance. DAI may reject proposals with prices that are materially unbalanced, unreasonably high or low, or inconsistent with market pricing, the proposed technical approach and level of effort.
