Preparation of the Grand Design for ICT Infrastructure and Data Center
Summary
Description
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Inclusive Service Delivery and Digital Transformation in Indonesia
Loan No. IBRD-95200-ID
Project ID No. P175218
|
Assignment Title |
: |
Preparation of the Grand Design for ICT Infrastructure and Data Center |
|
Reference No |
: |
ID-DITJEN DUKCAPIL-535627-CS-QCBS |
The Government of Indonesia has received financing from the World Bank toward the cost of Inclusive Service Delivery and Digital Transformation in Indonesia (Loan No. IBRD-95200), and intends to apply part of the proceeds for consulting services.
Indonesia’s Directorate General of Population and Civil Registration (Ditjen Dukcapil) is planning to modernize its population registration and national identification systems to overcome existing infrastructure limitations and coverage gaps. To support this effort, the World Bank is assisting Ditjen Dukcapil through the “ID for Inclusive Service Delivery and Digital Transformation Project” (2023–2027). This initiative aims to modernize Indonesia’s Population Registration (PR) and Civil Registration (CR) systems, including the upgrading of Dukcapil’s ICT infrastructure through the development of a comprehensive ICT Infrastructure and Data Center Grand Design.
To support the development of the Grand Design, provide procurement support, and oversee the implementation of the ICT infrastructure projects, the project seeks to engage an ICT Infrastructure and Data Center Advisory Firm to assist the Project Management Unit (PMU) in achieving its objectives. The advisory firm is expected to assess the existing ICT infrastructure and guide the transition to a high‑availability future ICT Infrastructure, which shall include, but not be limited to, the following scope: Establishment of one or more new active Tier III or Tier IV Data Centers, based on the advisor’s recommendations; Retirement of the MMU Data Center and either retirement or repurposing of the Kalibata Data Center as a development center; Migration from the MMU and Kalibata Data Centers to the new primary Data Center(s); Adoption of private, public, or hybrid cloud solutions, where appropriate, and execution of the related migration; Restoration of the Batam Disaster Recovery Center (DRC) to its intended function; Strengthening of network connectivity between Dukcapil’s Data Centers and third parties, including local Dukcapil offices and institutional users.
The scope of work for this consultant service includes:
1. Project Inception:
a. Requirements Gathering; and
b. Inception Report.
2. Study and Analysis:
a. Study of Existing ICT Infrastructure and The Capabilities;
b. Study of Other Data Center Systems and Capabilities; and
c. Needs Assessment Report.
3. Design Development and Maintenance:
a. Future ICT Infrastructure Grand Design and Enterprise Architecture;
b. Inputs to Procurement Plan;
c. Quality Assurance and Validation;
d. Migration Plan; and
e. Waste Management Plan.
4. Procurement Technical Support and Implementation:
a. Preparation (Market Research & Engagement & Cost Estimation);
b. Procurement Technical Documentation; and
c. Procurement and Contracting Process Support.
5. Implementation Support:
a. Supervision and
b. Technical Testing and Quality Assurance.
6. Capacity Building and Knowledge Management:
a. Training and Capacity Building;
b. Version Control and Maintenance; and
c. Knowledge and Documentation Management.
7. Exit Management:
a. Knowledge Transfer; and
b. Exit Management Plan.
The duration of project task implementation is estimated to be 14 (fourteen) months and the location of task implementation is located in Jakarta. The selected Consultants will be required to mobilize team for parallel and intermittent assignments according to the project tasks and requirements as specified in the Terms of Reference (ToR). The ToR is available at the following link: (https://bit.ly/3Qr9Z4p).
The Ministry of Home Affairs, Directorate General of Population and Civil Registration now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the services. Interested Consultants should provide information to demonstrate that they have the required qualifications and relevant experience to perform the Services such as brochures/company profile (indicating the core of business and technical resources) and description of similar assignments (including location/country, name of the Client, type of services provided, contract amount, period of contract, including the starting and the completion date) and contract value.
The attention of interested Consultants is drawn to paragraphs 3.14, 3.16, and 3.17 of the World Bank’s Procurement Regulations November 2020 (Fourth Edition), setting forth the World Bank’s policy on conflict of interest. Consultants will be shortlisted and selected in accordance with the QCBS method set out in the Procurement Regulation, November 2020.The attention of interested Consultants is drawn to paragraphs 3.14, 3.16, and 3.17 of the World Bank’s Procurement Regulations November 2020 (Fourth Edition), setting forth the World Bank’s policy on conflict of interest. Consultants will be shortlisted and selected in accordance with the QCBS method set out in the Procurement Regulation, November 2020.
The Bank requires that firms or individuals involved in Bank IPF procurement shall not have a conflict of interest. The Bank requires that Consultants: a. provide professional, objective and impartial advice; b. at all times hold the Borrower’s interest paramount, without any consideration of future work; and c. in providing advice they avoid conflicts with other assignments and 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 being unable to carry out the assignment in the best interests of the Borrower. Without limitation on the generality of the foregoing, Consultants shall not be hired under the circumstances set forth below: a firm that has been engaged by the Borrower to provide Goods, Works, or Non-consulting Services for a project (or an affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm), shall be disqualified from providing Consulting Services resulting from, or directly related to, those Goods, Works, or Non-consulting Services. This provision does not apply to the various firms (Consultants, contractors, or suppliers), which together are performing the contractor’s obligations under a turnkey or design and build contract; b. a firm that has been engaged by the Borrower to provide Consulting Services for the preparation or implementation of a project (or an affiliate that directly or indirectly controls, is controlled by, or is under common control with that Consulting firm), shall be disqualified from subsequently providing Goods, Works, or Non-consulting Services resulting from, or directly related to those Consulting Services. This provision does not apply to the various firms (Consultants, contractors, or suppliers), which together are performing the contractor’s obligations under a turnkey or design and build contract; c. neither a Consultant (including personnel and sub-consultants), nor an affiliate (that directly or indirectly controls, is controlled by, or is under common control with that Consultant), shall be hired for any assignment that, by its nature, creates a conflict of interest with another assignment of the Consultant; d. Consultants (including their experts and other personnel, and sub-consultants), that have a close business or family relationship with a professional staff of the Borrower, or of the project implementing agency, or of a recipient of a part of the Bank’s financing, or any other party representing or acting on behalf of the Borrower, that is directly or indirectly involved in any part of: i. the preparation of the TOR for the assignment; ii. the selection process for the contract; or iii. the supervision of the contract, may not be awarded a contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Bank throughout the selection process and the execution of the contract.
The shortlisting criteria are:
A. Core Business and year in Business:
At least 10 (ten) years’ experience in consulting work.
B. Similar experiences required:
Consultant must have successfully carried out all required experiences as follows:
- Bidders should have minimum 1 project experience in providing consulting services involving planning / design / implementation support for Data Center or Disaster Recovery Center development programs, within the last 5 (five) years, with the criteria below:
- at Tier 3 or higher (Bidder should identify specifically which previous projects, including the dates and name of the data center(s), have this experience.)
- PUE of 1.5 or lower,
- 2MW+ capacity
- Bidders should have minimum 1 project experience in providing consulting services involving the identification of ICT infrastructure needs / ICT infrastructure sizing / preparation of grand design for ICT infrastructure, including private cloud architecture or hybrid cloud architecture or public cloud architecture and cloud readiness assessment, over the past 5 (five) years;
- Bidders should have minimum 1 project experience in providing consulting services involving project management or implementation monitoring related to Data Center or Disaster Recovery Center/ data migration/ cloud, involving no downtime or high-availability (active-active) transition, within the last 5 (five) years. Bidder should identify specifically which previous projects have this experience;
- Bidders should have minimum 1 project experience in designing infrastructure compliant with ISO 27001 within the last 5 (five) years. Bidder should identify specifically which previous projects have this experience;
- Bidders should have a valid ISO 27001 certificate;
- More preferable if have experience in providing consulting services involving planning / design / implementation support for data center decommissioning, including e-waste management and data sanitization, within the last five (5) years. Bidder should identify specifically which previous projects have this experience.
C. Technical and Managerial capability of the firm:
Availability within the firm of permanent (i.e. in the firm’s regular payroll), experts/ professional staff relevant to the assignment. Provide only the structure of the organization, general qualifications, and number of key staff. Do not provide CV’s of the staff. The consultant may add list of its experts but should note that all experts qualifications will not be evaluated at the shortlisting stage.
Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a subconsultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. In case of Joint Venture, the member firm appointed to represent the joint venture should be clearly identified.
Expressions of Interest (EOI) must be delivered in a written form by e-mail: paketgdtikpusatdata@gmail.com, latest by May 18th 2026 at 04.00 PM Jakarta Time, UTC +7.
Further information can be obtained at the address below during office hours 09.00 AM to 04.00 PM Jakarta Time, UTC +7.
Procurement Committee for Preparation of the Grand Design for ICT Infrastructure and Data Center
|
Address |
: |
Gedung G Lt. 1, Jalan Medan Merdeka Utara No 7 Jakarta Pusat |
|
|
: |
paketgdtikpusatdata@gmail.com |
About This Opportunity
This is a consulting contract in the infrastructure, education and training and transport and logistics sectors. Located in Indonesia, Asia, this opportunity is open to firms and consortiums. Proposals must be submitted before May 18, 2026.
Published through WB - World Bank, a multilateral development bank that follows standardized international procurement guidelines. Projects funded by multilateral institutions are generally open to international bidders from eligible member countries for consulting in the infrastructure sector. Consulting assignments are typically evaluated with a strong emphasis on the technical proposal, including the methodology and qualifications of key experts. Shortlisted firms may be invited to submit financial proposals in a second stage. Interested parties should review the full documentation on the original source before submitting their proposal.