Tenders/Task 1: Engineering Consultant services for the preparation of the detailed design and engineering package for Ameriyah depot administrative buildings rehabilitation and; Task 2: Full site supervision services for both Ameriyah depot & Admin Bldgs
Open🇪🇬EgyptConsulting

Task 1: Engineering Consultant services for the preparation of the detailed design and engineering package for Ameriyah depot administrative buildings rehabilitation and; Task 2: Full site supervision services for both Ameriyah depot & Admin Bldgs

Summary

Request for Expression of Interest | Project: Greater Cairo Air Pollution Management and Climate Change Project | Method: Quality And Cost-Based Selection | Ref: EG-EEAA-544823-CS-QCBS

Description

Project: Greater Cairo Air Pollution Management and Climate Change Project

REQUEST FOR EXPRESSIONS OF INTEREST

CONSULTING SERVICES

Arab Republic of Egypt

GREATER CAIRO AIR POLLUTION MANAGEMENT AND CLIMATE CHANGE “GCCC” PROJECT - PROJECT (P172548)

Engineering Consultant firm, to prepare the detailed design, engineering package for Ameriyah depot administrative buildings rehabilitation and full site supervision for the depot retrofitting — Issued in Two Separate Contracts —

Reference No. (as per Procurement Plan): EG-EEAA-544823-CS-QCBS

I. Background

As part of the “Sustainable Development Strategy (SDS): Egypt Vision 2030” the country committed to halving its fine particulate matter (PM10) air pollution by 2030. Significant improvements have been made towards that goal in recent years. In fact, Cairo’s PM10 concentration fell by about 25 percent over the past decade. Despite these improvements, the city’s pollution levels are still several times the WHO recommended concentrations and higher than national guidelines taking as these high levels are taking their toll on the health and quality of life of the population, in particular poor people.

In response to this situation, the approved World Bank-financed Greater Cairo Air Pollution Management and Climate Change Project aims at reducing air emissions from critical sectors and increase resilience to air pollution in Greater Cairo. The Project aims more specifically at reducing air emissions which is a key step toward the reduction of pollution concentrations and improvement of air quality. The Project will focus on the two main sources of air pollution: open burning of solid waste and vehicle emissions and will geographically cover Greater Cairo (i.e., Cairo, Giza and Qalyoubia Governorates --GC); and will include four main components aiming at: (i) enhancing the air quality decision support system in Egypt; (ii) improving Solid Waste Management services; (iii) reducing air and climate pollutants from vehicle emissions; and (iv) furthering stakeholder engagement, awareness and communication.

Component 3 Vehicle Emission Reduction

Under this component, the Project will support activities aimed at reducing vehicle emissions from the public transport sector. 100 electric buses and the equipment required to operate and maintain these buses are procured. To integrate the electric buses, the project will retrofit existing bus depots with charging stations, upgraded power supply, and safety equipment. The activities will support the Cairo Transport Authority (CTA), which will operate the electric buses. The Project will upgrade facilities at CTA, including the retrofitting of existing bus depots with electric charging stations, power supply and related safety equipment; training CTA staff such as bus drivers and mechanics on operating and maintaining the new e-equipment. The Ministry of Environment, through the Egyptian Environmental Affairs Agency (EEAA), is the project’s borrower, while CTA is the beneficiary responsible for implementation. By investing in e-bus technology, modernizing infrastructure, and strengthening operational capacity, this component plays a key role in Egypt’s green transport transition, reducing emissions and setting a model for future urban mobility.

II. Assignment Description

The Depot retrofitting tender is issued with all depot drawings and details that will be made available in the RFP that will be sent only to the shortlisted firms. The requested services covered by these terms of reference are to support the Project Coordination Unit (PCU) and the Technical Implementation Units (TIUs) of “Greater Cairo Air Pollution Management and Climate Change “GCCC” Project” in the implementation of the following two contracts services:

Contract 1: Detailed Design and Engineering Package for the Administrative Buildings Rehabilitation (Lump-Sum): Preparation of detailed design and engineering package for the rehabilitation of Ameriyah depot administrative buildings, including drawings, technical specifications, cost estimates, and tender documents.

Expected Duration: approximately 55 working days. The assignment covers all engineering disciplines required for the rehabilitation of the administrative buildings, including architectural, structural, MEP, Telecom/LC systems, EHS, and social considerations, and concludes with a full set of tender-ready documents.

Contract 2: Design Review of Depot Retrofitting and Full Site Supervision (Time-Based): Full site supervision of depot retrofitting works and administrative building rehabilitation, including contract administration, quality control, environmental and social monitoring, and design review of depot-related works.

This contract comprises three tasks: Task 1 — Design Review (3 weeks): multi-discipline review and verification of the completed depot retrofitting design; Task 2 — Full Site Supervision (14 months): comprehensive on-site supervision of all depot retrofitting and administrative buildings rehabilitation works; Task 3 — Bid Evaluation Support (2 weeks = 10 working days): technical support to the Client during evaluation of admin buildings works bids.

Total Expected Duration: approximately 15 months and 1 week

III. Packaging and Evaluation of Contracts

The assignment is divided into two (2) separate contracts. The Client intends to apply a split award approach, whereby:

  • Each contract (Contract 1 and Contract 2) will be evaluated and awarded separately;
  • Interested firms may express interest in one or both contracts;
  • Shortlisting, request for proposals, evaluation, and contract award will be conducted independently for each contract;
  • The Client reserves the right to award one or both contracts to the same firm or to different firms, based on the outcome of the respective evaluations.

Consultants expressing interest in both contracts shall clearly indicate their interest and demonstrate relevant qualifications for each contract separately.

Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services for the specific contract(s) they are applying for.

IV. Qualification Requirements

The Ministry of Environment now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services.

Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services, including:

The shortlisting criteria is:

Contract 1:

#

Shortlisting criteria

Percentage

1

General experience of the firm in engineering consultancy, particularly in the preparation of detailed engineering designs for rehabilitation of administrative buildings and/or transport infrastructure such as bus depots or parking facilities (minimum of 5 similar completed projects).

40%

2

The Consultancy firm is expected to have a minimum of 5–7 years of experience in preparation of detailed technical and engineering designs. Similar projects should involve the rehabilitation of multi-story buildings and/or transport infrastructure. Experience with World Bank-financed projects is an advantage.

20%

3

Key staff are expected to have extensive experience in managing similar engineering design projects, covering architectural, structural, MEP, Telecom/LC, and EHS disciplines. The team should include specialists in design, cost estimation, environmental and social safeguards, and Telecom/LC systems, with demonstrated experience in at least 3 similar projects each.

40%

Minimum % for qualification: 75 %

Contract 2:

#

Shortlisting criteria

Percentage

1

General experience of the firm in engineering consultancy, particularly in site supervision of building rehabilitation and/or transport infrastructure projects such as bus depots, parking facilities, or similar structures (minimum of 5 similar completed projects). Experience with design review and ESHS supervision is an advantage.

40%

2

The Consultancy firm is expected to have a minimum of 5–7 years of experience in full site supervision of construction or rehabilitation projects. Similar projects should involve multi-story administrative buildings and/or transport infrastructure such as bus depots or parking facilities. Experience in ESHS supervision and design review is an advantage. Experience with World Bank-financed projects is preferred.

20%

3

Key staff are expected to have extensive experience in managing and supervising similar construction or rehabilitation projects. The proposed team should include specialists covering civil/structural, electrical, mechanical, architectural, Telecom/LC systems, EHS, and social and gender disciplines, with demonstrated leadership and coordination capabilities.

40%

Minimum % for qualification: 75%

The Consulting Firm(s) will be selected in accordance with the Request for Proposal with the Quality and Cost -Based Selection - QCBS method" set out in the Procurement Regulations”.

Further information can be obtained at the address below during office hours 09:00 to 16:00.

Expressions of interest must be sent by e-mail not later than May 20th. 2026 at 14:00 (CLT)

Greater Cairo Air Pollution Management and Climate Change “GCCC” Project

Attn: Dr. Mohamed Hassan, Project Coordinator and Ms. Heba Elkarkari, Procurement Consultant

Address: 15 S El Tawfik Building, El Fustat El Gedida,

Old Cairo, Cairo - Egypt

Tel: +20 1128333019

E-mail: mohamed.hassan@gccceg.com

E-mail: heba.elkarkari@gccceg.com

The detailed Terms of Reference “TOR” including the scope of work and deliverables for the assignment is found below.

TERMS OF REFERENCE “TOR”

Engineering Consultant Services for Ameriyah Depot — Issued in Two separate Contracts:

Contract 1: Detailed Design and Engineering Package for the Administrative Buildings Rehabilitation (Lump-Sum)

Contract 2: Design Review of Depot Retrofitting and Full Site Supervision (Time-Based)

I. Background

1. As part of the “Sustainable Development Strategy (SDS): Egypt Vision 2030”,[1]http://www.greengrowthknowledge.org/national-documents/sustainable-development-strategy-egypt-vision-2030 the country committed to halving its fine particulate matter (PM10) air pollution by 2030. Significant improvements have been made towards that goal in recent years. In fact, Cairo’s PM10 concentration fell by about 25 percent over the past decade. Despite these improvements, the city’s pollution levels are still several times the WHO recommended concentrations and higher than national guidelines taking as these high levels are taking their toll on the health and quality of life of the population, in particular poor people.

2. In response to this situation, the approved World Bank-financed Greater Cairo Air Pollution Management and Climate Change Project aims at reducing air emissions from critical sectors and increase resilience to air pollution in Greater Cairo. The Project aims more specifically at reducing air emissions which is a key step toward the reduction of pollution concentrations and improvement of air quality. The Project will focus on the two main sources of air pollution: open burning of solid waste and vehicle emissions and will geographically cover Greater Cairo (i.e., Cairo, Giza and Qalyoubia Governorates --GC); and will include four main components aiming at: (i) enhancing the air quality decision support system in Egypt; (ii) improving Solid Waste Management services; (iii) reducing air and climate pollutants from vehicle emissions; and (iv) furthering stakeholder engagement, awareness and communication.

3. The Project is composed of the following components:

Component 1: Enhancing the Air Quality Management (AQM) & Response System

This component will support the enhancement of the Air Quality Management (AQM) decision support system in GC through a strengthened AQM infrastructure (monitoring and analytical), capacity buildings activities, developing emergency response plans and raising public awareness through information dissemination.

Component 2: Support the operationalization of SWM Master Plans in GC

This component aims to support operationalization of the Governorate SWM master plans, which lay down the full range of necessary actions and investments needed for each governorate to improve solid waste management services in accordance with the specificity of each Governorate. In view of the complexity and magnitude of SWM system in GC, a phased and gradual approach is being proposed to achieve tangible results on the ground. This approach involves providing technical support at the central level such as the Qalyoubia Governorate, the Waste Management Regulatory Authority and the Ministry of Local Development on the technical, financial and project development aspects of solid waste management.

Component 3: Vehicle Emission Reduction

Under this component, the Project will support activities aimed at reducing vehicle emissions from public transport sector. Approximately 100 electric buses and the equipment required to operate and maintain these buses will be procured. To integrate the electric buses, the project will retrofit existing bus depots with charging stations, upgraded power supply, and safety equipment. The activities will support the Cairo Transport Authority (CTA), which will operate the electric buses. The Project will upgrade facilities at CTA, including the retrofitting of existing bus depots with electric charging stations, power supply and related safety equipment; training CTA staff such as bus drivers and mechanics on operating and maintaining the new e-equipment. The Ministry of Environment, through the Egyptian Environmental Affairs Agency (EEAA), is the project’s borrower, while CTA is the beneficiary responsible for implementation. By investing in e-bus technology, modernizing infrastructure, and strengthening operational capacity, this component plays a key role in Egypt’s green transport transition, reducing emissions and setting a model for future urban mobility.

Component 4: Communication & Stakeholders Engagement

This component aims at ensuring that all stakeholders, in an inclusive manner, are actively involved in the design, implementation and monitoring of all Project activities and that the Project is implemented following a full consultative participatory approach that is meant to build a constructive relationship between the stakeholders and the Government of Egypt (GoE). The component is complementary to the comprehensive plan for engaging with stakeholders as part of the environmental and social risk management and the Stakeholders Engagement Plan (SEP).

Component 5: Project Management and Monitoring & Evaluation

This component will support the establishment of Project Coordination Unit (PCU) at the Ministry of Environment (MoE) and four Technical Implementation Units (TIU) for each of first four components.

1. A Project Coordination Unit (PCU) ensures that the Project is implemented in accordance with the Legal Agreement signed between the GoE and the World Bank, the Project Appraisal Document (PAD), the Project Implementation Manuals (Project Operational Manual, M&E Manual, etc.)

2. Four Technical Implementation Units (TIUs) oversee the implementation of Components 1, 2, 3 and 4 in co-ordination with other relevant agencies. The PCU is responsible for “Component 5: Project Management and Monitoring & Evaluation”.

To carry out its Project-wide duties, the PCU has the responsibility to prepare the Project's overall Annual Work Plans and Budgets on the basis of plans prepared by each TIU, to manage procurement for the different Project beneficiaries, to coordinate monitoring and evaluation activities with the other executing agencies, to ensure compliance with the Environmental and Social Framework of the World Bank and to provide support to counterpart institutions in the implementation of activities.

Component 6: Improved Management of E-Waste and Healthcare Waste for the Reduction of uPOPs Emissions

II. Objective of the Assignment

In the context of the component 3, the Project is seeking the services of a design and supervision engineering firm, referred to thereafter as “the Consultant”, to prepare the detailed engineering design package, including the technical specifications, and the bidding documents for the administrative buildings, and to support the client in technical aspects during the evaluation of the bids. Also, the consultant will fully supervise the entire Ameriyah depot retrofitting works (the depot and the accompanying administrative buildings) to support the Project in delivering the works efficiently.

This project is to upgrade the existing administrative buildings (maintaining the current work capacity) to match the state-of-the-art electric bus technologies and represent the ambitious vision of the Egyptian people for a green transition. The consultancy service aims to mitigate risks emerging from separately designing the depot and the administrative buildings, and; comply with rules and regulations applicable to the Government of Egypt investment projects and to the World Bank-financed investment projects, including the Environmental and Social Framework (ESF) instruments of the project and Procurement Regulations.

The rehabilitation of the administrative buildings will upgrade and modernize existing infrastructure while maintaining the current functional capacity. The number of personnel working in the administrative buildings will remain unchanged, and the existing organizational structure of CTA will be preserved. The project will ensure that the allocation of office space, work areas, and support facilities aligns with current operational needs, without altering the fundamental layout or intended use of the administrative buildings.

III. Scope of Work

The Consultant will undertake the following tasks, and as detailed below:

Contract 1: comprises the following details:

Deliver a comprehensive engineering design, including detailed specifications, bill of quantities (BOQ), cost estimates and implementation plan & timeline, and prepare the technical specifications and the tender documents for the rehabilitation of the administrative buildings. This will cover replacing old systems of water, wastewater, and electricity connections, both around and within the administrative buildings. The Consultant shall review relevant documents, drawings, and data and consult with the Client and stakeholders to fully understand project requirements, preferences, and budget constraints. The Client will facilitate access to these materials and the project site(s) as needed. The Consultant shall also coordinate with relevant authorities to secure approvals for tie-in connections between the administrative buildings infrastructure and surrounding utility networks. To support the procurement process, CTA will grant access to bidders and the selected vendor during both the tender and implementation phases. Appendix 1 lists available documents—including existing drawings, BOQ, and depot retrofitting designs from the ongoing detailed design study, with confidential access granted to the consultants (bidders), preliminary BOQ for the planned administrative buildings retrofitting. The detailed engineering design for the depot retrofitting works (excluding the administrative buildings) has already been completed under a separate consultancy assignment, and this assignment does not include design responsibilities for the depot. The Consultant’s design responsibilities are limited solely to the rehabilitation of the administrative buildings located within the Ameriya Depot. However, the Consultant shall ensure that the administrative buildings design is functionally and spatially integrated with the existing depot retrofitting design. To facilitate this, relevant depot design documents—including layout plans and Bills of Quantities (BOQs)—are provided in Appendix1.

The Consultant shall take into account specific design measures to avoid or minimize the environmental, social and health and safety risks and impacts associated with the administrative buildings rehabilitation activities, in accordance with the World Bank Environmental and Social Standards[2] and WBG Environmental, Health and Safety General Guidelines[3], as technically and financially feasible. The Consultant will develop a detailed health and safety risk assessment to identify potential hazards and integrate appropriate safety measures, including those for electrical, mechanical, and structural works, into the design.

The Consultant will also ensure that the engineering design aligns with the World Bank’s Environmental and Social Safeguard Policies, particularly ESS 1 (Assessment and Management of Environmental and Social Risks and Impacts), ESS2 (Labor and Working Conditions), ESS 3 (Resource Efficiency and Pollution Prevention), and ESS 4 (Community Health and Safety), ESS 10 (Stakeholder Engagement and Information Disclosure).

Contract 2: Comprises of 3 tasks.

Task 1: The Consultant shall conduct a comprehensive review and verification of the depot retrofitting design documents prepared under the separate design consultancy. This design review shall commence immediately upon contract signing and shall run in parallel with the Contract 1 administrative buildings design.

If both contracts are awarded to the same firm, this parallel execution expects the Consultant to identify integration requirements between the depot design and the administrative buildings design being developed under Contract 1.

If both contracts are awarded to different firms, the Contract 2 Consultant shall incorporate the design review findings with the Contract 1 Consultant, who shall be responsible for ensuring that any depot design modifications arising from the review are properly communicated and integrated.

The design review shall cover the following disciplines:

  1. Structural: Structural calculations, reinforcement details, foundation design, load assumptions, and compliance with Egyptian structural codes and World Bank requirements.
  2. Electrical (Heavy Current): Power distribution, transformer sizing, generator capacity, UPS, lighting, lightning protection, surge protection, and cable sizing per Egyptian Distribution Code.
  3. Mechanical: HVAC system sizing and zoning, plumbing network, and firefighting system compliance with NFPA and Egyptian Fire Code 801.
  4. Architectural: Space planning, accessibility, finishing specifications, universal and gender-sensitive design, and structural/MEP coordination.
  5. Civil/Infrastructure: Site works, underground utilities, access roads, drainage, temporary works, and construction phasing for operational continuity.
  6. Telecom/LC: Structured cabling (TIA/EIA-568), CCTV coverage, fire detection and alarm (BS/EN 54), parking control, data communications, and system integration requirements.
  7. EHS: ESMP adequacy, OHS provisions, environmental mitigation measures, and WB ESF compliance (ESS1–ESS4).
  8. Social: Stakeholder engagement provisions, accessibility, community impact mitigation, and SEP/ESS10 alignment.

The design review shall be substantially complete within the first three (3) weeks of the assignment. All critical findings shall be communicated to the Client within 48 hours of identification. All critical and major findings must be resolved prior to construction commencement. The Contract 2 Consultant shall be responsible for implementing and verifying the corrective actions arising from the design review, coordinating with the original design consultant and the contractor as needed. The Design Review Report and Corrective Action Register shall serve as reference documents throughout the supervision phase.

Task 2: The Consultant will be responsible for the comprehensive site supervision services during the depot retrofitting and administrative buildings rehabilitation works and equipment installation including e-bus chargers. This includes overseeing the construction activities in both the depot and its accompanying administrative buildings to ensure compliance with the approved design, technical specifications, project schedule, and the implementation of the ESHS requirements. The supervision responsibilities include:

  1. Review and approve contractor shop drawings, product data, manufacturer certifications, and method statements for all subsystems.
  2. Supervise installation ensuring compliance with approved drawings, manufacturer guidelines, and applicable standards.
  3. Witness and certify all testing and commissioning for all disciplines including cable certification, CCTV coverage verification, fire alarm zone testing, network performance testing, parking control functional testing, and integrated system acceptance testing.
  4. Review contractor O&M manuals, as-built drawings, and training programs for all subsystem prior to handover.
  5. Coordinate with the Electrical Engineer (heavy current) on power supply, cable tray sharing, grounding/earthing, and UPS backup requirements.
  6. Verify proper system integration between all subsystems in the depot and the administrative buildings.

The service will involve monitoring the quality of materials and workmanship, ensuring contractor’s adherence to and implementation of Environmental, Social, Health and Safety (ESHS) requirements, as per the Bank-cleared Checklist Environmental and Social Management Plan (ESMP) coordinating with contractor/s, beneficiary (Cairo Transportation Authority) and the client addressing any issues that arise on-site. Regular progress reports and updates will be provided to the Client, ensuring that the project remains on track and meets all regulatory, environmental, social, and health & safety requirements. Specific requirements for Environmental, Social, Health and Safety (ESHS) supervision:

  • ESHS Supervision and Monitoring: The Consultant will supervise all site activities with a focus on ensuring compliance with ESHS regulations. This includes monitoring the implementation of environmental mitigation measures, safety measures, conducting regular site safety inspections, and ensuring that workers are using appropriate PPE and following safety protocols.
  • Training and Induction for Workers: The Consultant will ensure that all site workers and contractors undergo an OHS induction program before starting the rehabilitation works. Regular toolbox talks (TBT) will be organized to address specific safety concerns, including hazard identification and risk management.
  • Monitoring Contractors’ Environmental, Social, Health & Safety Management Plans: The Consultant will review and approve contractors' ESHS management plans, ensuring they include procedures for managing risks such as asbestos handling, hazardous material management, fire safety, and emergency response.
  • ESHS Reporting and Documentation: The Consultant will be responsible for generating regular ESHS reports, documenting safety incidents, near misses, and (non-)compliance with OHS regulations. Provide guidance to the Contractor to correct any non-compliance, while thoroughly documenting and immediately reporting to the client with corrective actions recommended.

Task 3: The Consultant will provide technical support for the procurement of works contracts, to support the Project in completing the procurement of works tenders efficiently in compliance with the World Bank procurement regulations. The support will include reviewing submitted bids for technical compliance with the issued tender documents and specifications, preparing a technical evaluation report with findings and recommendations, responding to technical queries raised during the evaluation process, and advising the Client on any clarifications or negotiations required with bidders.

IV. Technical requirements

For Contract 1: (under Lump-Sum Contract)

Regarding the Administrative Building detailed design, the following tasks will be included:

  1. Architectural and Structural Rehabilitation
  • Conduct a comprehensive assessment of the administrative buildings' condition covering different necessary aspects, including compatibility with national accessibility codes and the good practices for gender sensitive design, and recommend measures for compliance.
  • Refurbish interior and exterior spaces to improve functionality and aesthetics.
  • Address structural repairs and reconfigure spaces for better operational efficiency.
  • Ensure the rehabilitation is done using gender sensitive design (e.g., dedicated women facilities, lighting system, etc.) and universal accessible features.

b. Mechanical, Electrical, and Plumbing (MEP) Systems

    • Install new heating, ventilation, and air conditioning (HVAC) systems.
    • Install new electrical systems for safety and efficiency and replace the existing systems (for the administrative buildings only).
    • Replace plumbing and wastewater systems.

c. Accessibility and Safety Improvements

  • Ensure compliance with accessibility standards.
  • Install new fire safety systems, including alarms and emergency routes.
  • Implement modern security measures for enhanced safety (e.g. security cameras & alarm systems).

d. Energy and Water Efficiency and Sustainability

  • Integrate energy-saving and water-saving upgrades and sustainable materials.
  • Explore renewable energy options such as solar panels.

e. Landscaping and Site Improvements

  • Rehabilitate access roads, pathways, and parking areas (within the administrative buildings premises).
  • Redesign landscaping and drainage systems to enhance the site’s esthetics and functionality.

f. Documentation and Compliance

    • Prepare detailed design documents and obtain necessary permits.
    • Ensure compliance with local buildings codes and safety regulations.

g. Project Management

  • Provide project implementation timeline with critical path, key milestones, and coordination needs for other activities of the project and beneficiaries and stakeholders involved.

h. Health and Safety in Design

  • Integrate health and safety considerations, particularly for areas such as high-risk activities (e.g., electrical work, confined spaces, structural rehabilitation) and the need for ergonomically designed workspaces.

i. Environmental Health Considerations

  • Ensure that the design and site operations address potential environmental health risks, including air quality, noise control, and dust suppression, to minimize exposure for both workers and the surrounding community.

j. Telecom and Light Current (LC) Systems Design

  • The Consultant shall prepare full designs for the following low-current and telecommunications systems within the administrative buildings, ensuring compatibility and integration with the corresponding depot LC systems (refer to Annex A - Light Current Specs-V4-12-3-2026.pdf):
  • Structured Cabling System: Design shall encompass horizontal and backbone cabling routes, telecommunications room layout(s), patch panel schedules, cable tray sizing, outlet locations, and full compliance with TIA/EIA-568 standards. The design shall accommodate telephone, internet, and data service requirements as specified in Annex A - Light Current Specs-V4-12-3-2026.pdf.
  • CCTV Surveillance System: Design shall include camera placement with full-coverage analysis of all key areas, camera specifications (resolution, lens type, and mounting configuration), NVR/VMS sizing, network bandwidth and storage capacity calculations, and compliance with applicable Egyptian security standards and ONVIF protocol requirements.
  • Fire Detection and Alarm System: An addressable detection system shall be designed, covering detector layout and type selection, zone planning, manual call point locations, notification appliance placement with supporting sound level calculations, circuit design, integration with fire suppression systems, and compliance with Egyptian Fire Code 801 and BS/EN 54 standards.
  • Security and Access Control System: Design shall address overall system architecture, access point identification, reader and controller specifications, door hardware coordination, alarm sensor placement, CCTV integration, and provisions for central monitoring.
  • Data Communications Network: Design shall include network architecture, active equipment specifications (switches, routers, and wireless access points), server room and telecommunications room infrastructure requirements, IP addressing scheme, and internet connectivity provisions.

k. Design Coordination with Depot LC Infrastructure

  • The Consultant shall ensure full coordination and compatibility between the administrative buildings' telecom and light current system designs and the depot's LC systems developed under the separate consultancy assignment. Coordination shall address, but not be limited to, the following interface areas:
  • Shared fire alarm control panel architecture and unified zone planning across both the depot and administrative buildings;
  • Common structured cabling backbone standards, telecommunications room specifications, and a consistent cable management approach;
  • A unified CCTV video management platform capable of managing cameras across both facilities;
  • An integrated data communications network with coordinated IP addressing, switching, and routing;
  • Coordinated underground duct routing to eliminate conflicts and ensure accessibility for future maintenance.

For Contract 2: (Under Time-Based Contract),

Contract 2 technical requirements are defined through the three sub-tasks described in Section III above. Detailed technical specifications for the depot retrofitting are provided in Annex A.

The Consultant shall provide comprehensive review and site supervision services for the rehabilitation of the administrative buildings and the retrofitting of the bus depot. This includes ensuring compliance with approved designs, specifications, and contractual requirements; monitoring construction progress, quality, safety, and adherence to the timeline; and identifying and analyzing risks that may impact project delivery, quality, or budget. The Consultant shall provide regular progress reports and updates to the client, including risk assessments and recommendations to mitigate delays or technical issues, and advise on corrective measures to achieve project objectives. Additionally, the Consultant will facilitate coordination between contractors, the Client, and stakeholders and maintain detailed supervision records, promptly reporting any deviations or challenges.

The review shall cover the following disciplines:

  • Structural: Structural calculations, reinforcement details, foundation design, load assumptions, and compliance with Egyptian structural codes and WB requirements
  • Electrical (Heavy Current): Power distribution, transformer sizing, generator capacity, UPS, lighting, lightning protection, surge protection, and cable sizing per Egyptian Distribution Code
  • Mechanical: HVAC system sizing and zoning, plumbing network, and firefighting system compliance with NFPA and Egyptian Fire Code 801
  • Architectural: Space planning, accessibility, finishing specifications, universal and gender-sensitive design, and structural/MEP coordination
  • Civil/Infrastructure: Site works, underground utilities, access roads, drainage, temporary works, and construction phasing for operational continuity
  • Telecom/LC: Structured cabling (TIA/EIA-568), CCTV coverage, fire detection and alarm (BS/EN 54), data communications, and system integration requirements
  • EHS: ESMP adequacy, OHS provisions, environmental mitigation measures, and WB ESF compliance (ESS1–ESS4)
  • Social: Stakeholder engagement provisions, accessibility, community impact mitigation, and SEP/ESS10 alignment

The Consultant will provide technical support for the procurement of works contracts.

The Consultant shall provide technical support to the Client during the evaluation of bids received for the works tenders, in compliance with the World Bank’s procurement regulations. This shall include reviewing submitted bids for technical compliance with the issued tender documents and specifications, preparing a technical evaluation report with findings and recommendations, responding to technical queries raised during the evaluation process, and advising the Client on any clarifications or negotiations required with bidders. The Consultant shall also review and assess any alternative technical proposals or value engineering suggestions submitted by bidders.

V. Expected Deliverables

Contract 1:

  1. The Consultant shall prepare and provide a complete bidding package for the administrative buildings retrofitting works, including the technical specifications and tender documents as well as cost estimates.
  2. Specific Environmental and Social clauses that can be used in the tender documents will be incorporated, with particular attention to Occupational Health and Safety (OHS), Labor Management, accessibility and women safety, in compliance with the World Bank Environmental and Social Framework (ESF) and the Bank-cleared checklist Environmental and Social Management Plan.
  3. Health and safety risk assessment for the administrative buildings rehabilitation work.
  4. The Consultant shall submit a comprehensive Design Review Report covering all engineering disciplines of the depot retrofitting design prepared under the separate consultancy.

Contract 1 Deliverables:

  1. Inception Report to propose the consultant’s work plan with timelines, requirements for both the consultant and owners to proceed with the task and complete successfully, protocols for communication, deliverable submission and approval, and invoicing and payment process, as agreed with the client.
  2. Comprehensive assessment report of the administrative buildings’ existing conditions, outlining structural, architectural, and MEP issues.
  3. Preliminary design drawings for all the works mentioned in the scope of work
  4. Health and safety risk assessment, emergency response and safety plan for the rehabilitation works.
  5. Tender Documents: Detailed design documents “including layout plans, cross sections, profiles”, Technical Specifications, Bill of Quantities (BOQ) and bidding documents required for the tender process of the administrative buildingss.
  6. The Consultant shall prepare a Coordination Report in the tender documents, documenting all interface points, integration requirements, shared equipment specifications, protocol compatibility confirmations between the administrative buildings and depot systems, and a project management and action plan with timelines identifying critical path, key milestones, and needed coordination with other activities of the project and of beneficiaries and stakeholders.

Contract 2:

The Consultant shall provide continuous site supervision of all rehabilitation work in the depot (the depot and its accompanying administrative buildings), ensuring adherence to specified work standards and monitoring of work progress (quality control). These supervision services will include, but are not limited to, the following:

  1. Design Review Report and Corrective Action Register: A comprehensive report documenting all findings from the depot retrofitting design review, covering all engineering disciplines. All findings shall be categorized as Critical, Major, or Minor, with recommended corrective actions and responsible parties identified. The report shall be submitted within three (3) weeks of assignment commencement. The Corrective Action Register shall be updated weekly until all findings are resolved. All critical findings must be cleared prior to construction commencement. The Contract 2 Consultant shall be responsible for verifying the implementation of all corrective actions during the supervision phase and shall maintain the Register as a live document throughout construction. Updated specifications or addenda arising from the design review shall be prepared and issued to the contractor as needed.
  2. Supplying contractor/s with essential data, benchmarks, coordinates, and other relevant information required for setting out the works, followed by checking and approving the detailed setting out.
  3. Reviewing the detailed rehabilitation phase schedule, identifying all critical milestones and actions that should be taken to ensure timely progress.
  4. Establishing a communication protocol for all project stakeholders to ensure efficient and clear communication.
  5. Developing and managing a robust document control system to organize all project documents, such as drawings, reports, instructions, and approvals.
  6. Issuing all necessary instructions to contractors and continuously supervising the work to ensure compliance with contract documents. This includes setting clear forms for construction exchanges between the contractor and the consultant to ensure smooth performance during the construction phase and timely approvals.
  7. Checking and approving contractors' work plans to ensure efficient and timely execution. This includes supervising the work during execution and inspecting all work areas and installations regularly.
  8. Witnessing all tests related to the completion of systems, subsystems, and the entire project, and certifying the successful completion of these tests.
  9. Identifying non-compliance by the rehabilitation contractor and defining corrective actions to be implemented.
  10. Reviewing and approving all working drawings prepared by contractors to ensure they conform to project specifications.
  11. Verifying contractors’ work measurements and certifying payment claims, after providing warranty letter against executed work.
  12. Assisting the client in negotiations with contractors for any contractually permissible changes in price or rates and making recommendations based on technical and financial assessments.
  13. Notifying the client of any problems that arise, or that may arise, in connection with civil works contracts, and providing recommendations for solutions to the contractor and client.
  14. Evaluating contractors' claims for additional payments or time extensions and making informed recommendations to the client based on contract terms and project status.
  15. Supporting the client in contract management and resolving disputes and formal communications on corrective actions and penalties with contractor during the contract period, providing all necessary information for judgments and decisions.
  16. Organizing monthly site meetings and submitting minutes of these meetings within one week of each meeting. Moreover, the consultant has to submit a monthly progress report for the client including all the work updates and its compliance with the planned schedule.
  17. Document works activities and prepare progress Reports including the updates on project status, including supervision reports, ESHS compliance reports (OHS compliance certificate, training records, near misses, incidents, accident reports), quality control checklists, and recommendations for approving the contractor's payment invoices.
  18. Supporting the client in the issuance of the compliance certificate upon successful completion of the rehabilitation phase to the contractor. Conducting final tests and issuing the Practical Completion Certificate to the contractor upon successful project completion.
  19. Preparing and reporting the environmental and social management records (e.g. solid and liquid waste management records, hazardous materials records, hazardous waste management records, labor working conditions, grievance mechanism, etc.) to the client. The Social and Gender Expert shall additionally manage the Grievance Redress Mechanism, conduct regular community consultations, monitor labor welfare in compliance with ESS2, ensure ESS10 compliance, and oversee gender-sensitive and accessibility provisions throughout the construction works.
  20. Site Safety Management Plan: The Consultant will manage and supervise the Site Safety Management Plan that outlines the procedures for ensuring worker safety on-site, including hazard identification, risk assessment, emergency procedures, and PPE requirements provided by the contractor.
  21. Safety Inspections and Progress Reports: The Consultant will provide monthly safety inspection reports, including the status of safety measures and any corrective actions taken by the contractor. These reports will ensure that the rehabilitation works are proceeding in line with OHS standards.
  22. Prepare testing and commissioning report for each subsystem upon completion of installation, a report documenting subsystem test results, integrated system acceptance outcomes, punch list items, and confirmation of O&M manual and training delivery. A final consolidated Systems Report shall be submitted prior to the Practical Completion Certificate.
  23. Support the client in issuance of compliance and practical completion certificates once all works are finalized.
  24. Telecom and Light Current (LC) Systems Supervision.
    1. The Telecom/LC supervision function shall ensure that all low-current and telecommunications systems within the Ameriyah Depot are installed, integrated, tested, and commissioned in full compliance with the approved designs, Telecom/LC specifications, and applicable standards. The following six subsystems, as defined in Annex A - Light Current Specs-V4-12-3-2026.pdf, fall within this scope: (1) Parking Control Equipment (Section 11 12 00); (2) Structured Cabling System (Section 27 10 00); (3) Data Communications Network (Section 27 20 00); (4) IP-Based Video Surveillance System (Section 28 23 00); (5) Fire Detection and Alarm System (Section 28 31 00); and (6) Underground Ducts and Raceways for Telecommunications (Section 26 05 43). This scope requires dedicated specialist supervision and cannot be absorbed into the general Electrical (Heavy Current) discipline.
    2. The Telecom/LC experts shall: (a) review and approve all contractor shop drawings, product data, and method statements for each LC subsystem prior to installation; (b) verify that RCDD certification is applied to all structured cabling design and shop drawing documents; (c) supervise installation works to ensure compliance with approved drawings, Telecom/LC specifications, and applicable standards (TIA/EIA-568, BS/EN 54, ONVIF, Egyptian Fire Code 801); (d) witness and certify all testing and commissioning activities, including cable certification, zone-by-zone CCTV and fire alarm testing, data network commissioning (including EV SCMS server integration), and integrated system acceptance testing; (e) coordinate with the Electrical Engineer (Heavy Current) on shared power supply, cable tray allocation, grounding, and UPS requirements; (f) verify proper integration between all LC subsystems across the shared IP backbone; and (g) review and approve contractor O&M manuals, as-built drawings, and training delivery for all LC subsystems prior to practical completion. The subsystem responsibilities of the Telecom/LC Senior Expert and the Telecom/LC Expert shall be clearly mapped in the proposal staffing plan to demonstrate that all six subsystems are covered.

Contract 2 Deliverables:

  1. Design Review Report and Corrective Action Register: A comprehensive report documenting all findings from the depot retrofitting design review, covering all engineering disciplines. All findings shall be categorized as Critical, Major, or Minor, with recommended corrective actions and responsible parties identified. The report shall be submitted within three (3) weeks of assignment commencement. The Corrective Action Register shall be updated weekly until all findings are resolved. All critical findings must be cleared prior to construction commencement. The Contract 2 Consultant shall be responsible for verifying the implementation of all corrective actions during the supervision phase and shall maintain the Register as a live document throughout construction. Updated specifications or addenda arising from the design review shall be prepared and issued to the contractor as needed.
  2. Progress Reports: Regular updates on project status, including supervision reports, ESHS compliance reports (OHS compliance certificate, training records, near misses, incidents, accident reports), quality control checklists, and recommendations for approving the contractor's payment invoices.
  3. Testing and Commissioning Report: For each all subsystem upon completion of installation, a report documenting subsystem test results, integrated system acceptance outcomes, punch list items, and confirmation of O&M manual and training delivery. A final consolidated systems report shall be submitted prior to the practical completion certificate.
  4. Completion Certificates: Support the client in issuance of compliance and practical completion certificates once all work is finalized.
  5. Bid Evaluation Report: A technical evaluation report covering all received bids for the administrative buildings rehabilitation works, assessing compliance with tender documents and specifications, highlighting any technical deficiencies or alternative proposals, and providing clear recommendations to the Client for contractor selection. The report shall be submitted within 10 working days of the bid submission deadline.

VI. Qualifications Required

The Consultant (consultancy firm) must have previous experience in at least five (5) similar projects that involved the preparation of detailed technical and engineering designs. Similar projects should involve the rehabilitation of multi-story buildings and/or transport infrastructure such as bus depots, parking facilities, or similar structures. Experience with transport-related facilities and their administrative buildings is preferred but not mandatory. These projects should demonstrate the Consultant's capability in delivering high-quality engineering designs for the rehabilitation or construction of administrative or comparable facilities.

Qualifications are specified per contract. Firms expressing interest in both contracts shall demonstrate compliance with each contract's requirements separately.

The consulting team should consist of highly qualified professionals with specific roles and responsibilities. Each team member must possess the following qualifications:

Contract 1 — Key Expert Qualifications:

Position

Qualifications

Experience

Expertise

Project Manager/Team Leader

Degree in Civil Engineering, Architecture, or Construction Management.

Minimum of 10 years of experience in managing construction/renovation projects.

Experience managing at least 3 renovation projects of administrative buildings, including preparation of tender documents and bidding packages. Familiarity with World Bank procurement regulations or equivalent international development bank procedures for the preparation of works contracts is an advantage.

Architect

Degree in Architecture, registered with a recognized architectural body.

Minimum of 7 years of experience in architectural design for office or public buildings.

Experience in at least 3 similar projects. Ability to design functional and sustainable spaces.

Structural Engineer

Degree in Structural Engineering.

Minimum of 7 years of experience in structural design for buildings renovation.

Experience in assessing structural integrity and providing reinforcement solutions. Involved in at least 3 similar projects.

Mechanical Engineer (HVAC & Plumbing)

Degree in Mechanical Engineering.

Minimum of 7 years of experience in HVAC and plumbing system design.

Experience in designing efficient mechanical systems for at least 3 projects.

Electrical Engineer

Degree in Electrical Engineering.

Minimum of 7 years of experience in electrical system design for buildings.

Experience in designing electrical systems for at least 3 renovation projects.

Quantity Surveyor

Degree in Quantity Surveying or Construction Economics.

Minimum of 7 years of experience in cost estimation and financial management.

Proven ability to prepare BOQs and cost estimates for at least 2 similar projects.

Environmental, Health and Safety specialist

Degree in Environmental engineering or environmental management, acknowledged professional certification in OHS management (a must)

Minimum of 7 years of relevant experience

Experience in conducting environmental and OHS supervision of construction/rehabilitation projects.

Social and Gender Expert

A professional with Post Graduate Degree in social development or a related field

Minimum of 7 years of relevant experience

Expertise in the fields of disability and accessibility, women safety as well as labor welfare to ensure inclusive design and to ensure that the suggested rehabilitation and upgrade works are full aligning with national codes/ requirement and good international practices. The consultation process should be indicated in the consultant phasing plan. The outcome of the consultations should be integrated withing the design.

Telecom/LC Expert

Degree in Telecommunications, Electronics, or Communications Engineering.

Minimum 7 years of experience in design of low-current/telecom systems for commercial or institutional buildingss.

Experience in at least 2 projects involving integrated LC design (structured cabling + CCTV + fire alarm minimum). Familiarity with TIA/EIA-568, BS/EN 54, ONVIF standards. Demonstrated ability to coordinate LC design with separately-designed buildings systems.

Contract 2 — Key Expert Qualifications:

Position

Qualifications

Experience

Expertise

Project Manager / Team Leader (Supervision)

Degree in Civil Engineering, Architecture, or Construction Management.

Minimum 10 years in managing construction/renovation supervision projects.

At least 3 supervision projects for administrative buildingss or transport infrastructure. Strong leadership and coordination.

Civil / Infrastructure Engineer

Degree in Civil Engineering.

Minimum 7 years in supervision of civil/structural rehabilitation works.

At least 3 similar supervision projects. Ability to verify designs and supervise construction quality.

Electrical Engineer (Heavy Current)

Degree in Electrical Engineering.

Minimum 7 years in supervision of electrical systems installation.

At least 3 renovation/construction supervision projects.

Mechanical Engineer (HVAC/Plumbing)

Degree in Mechanical Engineering.

Minimum 7 years in supervision of HVAC and plumbing installation.

At least 3 similar projects.

Architect (Supervision)

Degree in Architecture.

Minimum 7 years in supervision of architectural and finishing works.

At least 3 similar projects.

Quantity Surveyor

Degree in Quantity Surveying or Construction Economics.

Minimum 7 years in measurement, payment certification, cost management.

At least 2 similar projects.

EHS Specialist

Degree in Environmental Engineering or Management. Professional OHS certification (required).

Minimum 7 years relevant experience.

Environmental and OHS supervision of construction/rehabilitation. WB ESF experience.

Social and Gender Expert

Post Graduate Degree in social development or related field.

Minimum 7 years relevant experience.

Disability/accessibility, women safety, labor welfare, GRM management, ESS2/ESS10 experience.

Telecom/LC Senior Expert (Supervision)

Degree in Telecom/Electronics/Communications Eng. RCDD, CCNA or equivalent required.

Minimum 10 years in design/supervision of LC/telecom systems for commercial or institutional buildingss.

Experience in at least 3 projects involving integrated low-current systems. The Senior Expert shall demonstrate proven expertise in a minimum of three of the following subsystems: IP-based video surveillance (ONVIF), structured cabling (TIA/EIA-568), fire detection and alarm (BS/EN 54), data communications networking, parking control systems, and security/access control. Demonstrated experience in system integration across multiple LC subsystems and in managing testing and commissioning programs. The combined expertise of the Senior Expert and the LC Expert shall collectively cover all six LC subsystems within the project scope. The Consultant shall demonstrate in the proposal how the two experts' qualifications complement each other to ensure full coverage.

Telecom/LC Expert (Supervision)

Degree in Telecom/Electronics/Electrical/Communications Eng.

Minimum 5 years in LC installation supervision or testing and commissioning.

Experience in at least 2 projects involving low-current system installation supervision or testing and commissioning. The LC Expert shall demonstrate proven expertise in a minimum of two of the following subsystems: IP-based video surveillance, structured cabling, fire detection and alarm, data communications networking, parking control systems, and security/access control. Hands-on experience with cable certification equipment and system commissioning procedures is required. The LC Expert's specializations shall complement those of the Senior Expert such that, together, the two experts provide demonstrated coverage of all six LC subsystems. The Consultant shall clearly map each expert's subsystem responsibilities in the proposal staffing plan.

The Project Manager, Civil/Infrastructure Engineer, Environmental, Health and Safety Specialist and the Social and Gender Expert shall be present onsite on a full-time (every working day) basis throughout the entire construction period. Proposals must demonstrate how continuous onsite coverage will be maintained, including explicit provisions for leave replacement arrangements.

The consultancy firm must provide references and case studies from previous clients that demonstrate the firm’s competency in completing projects of similar scale, complexity, and purpose. The required full-site supervision entails the continuous presence of the entire mentioned supervision team onsite throughout the entire construction duration. The team shall be responsible for ensuring compliance with designs, specifications, and contractual requirements, monitoring progress, quality, and safety, identifying risks, and providing timely recommendations to mitigate delays or technical issues. Their full-time onsite presence is essential to facilitate effective coordination between contractors, the Client, and relevant stakeholders, ensuring the smooth implementation of the project.

The firm should also submit detailed resumes/CVs of the proposed team members, highlighting their specific roles in previous projects and their qualifications relevant to this project. The evaluation and selection of proposals will be based on compliance with the above qualifications, the relevance and quality of past project experience, the overall technical strength and approach presented in the proposal, and the best financial offer.

The primary working language for this assignment will be English. All reports, deliverables, and official communications must be submitted in English, unless otherwise agreed. However, interaction with stakeholders may require the use of Arabic. In such cases, the Consultant shall ensure appropriate translation or interpretation services are provided to facilitate effective communication.

VII. Deliverables and Timeline

The following table provides an indicative deliverable timeline; however, the consultant may propose alternatives with justification. The Client may review and negotiate proposals to ensure feasibility and cost-effectiveness.

Deliverable

Timeline

Estimated level of effort (Man-Days)

Total Contract 1 Duration: 55 working days

D 1: Phasing plan and Inception report

10 Working days after contract signing

10–12 man-days

D 2: Preliminary design drawings for all the works mentioned in the scope of work

15 Working days after approving the phasing plan and Inception report

35–45 man-days

D 3: Health and safety risk assessment

10 Working days after approval of preliminary design drawings

8–10 man-days

D4: Tender Documents:

20 Working days approving submission of Health and safety risk assessment

20–25 man-days

Contract 2:

B. Design Review Performance (Contract 2 – Task 1) Duration: three (3) Weeks

KPI

Target

Design Review Report submitted within agreed timeline

Within three (3) weeks of assignment commencement

Critical design findings communicated to client

Within 48 hours of identification

Corrective Action Register established

Within 1 week of Design Review Report approval

All critical findings resolved prior to construction start

100% clearance required

Major findings resolved within

4 weeks of identification

C. Site Supervision (Contract 2 – Task 2) Duration: 14 Months (estimated), to be in full alignment with the works at the Ameriyah Depot.

KPI

Target

Monthly progress reports submitted by Day 5 of each month

100% on-time submission

Site inspection frequency by resident engineers

Minimum daily during active works

EHS specialist onsite presence

Minimum 22 working days/month

Social and Gender Expert onsite presence

Minimum 22 working days/month

Corrective Action Register updated

Weekly minimum

Non-conformance notices issued to contractor within

24 hours of identification

Critical non-conformances escalated to client within

Same working day

D. EHS Performance (Contract 2)

KPI

Target

Toolbox talks conducted

Minimum 2 per week

Monthly EHS inspection reports submitted

100% on-time

Lost Time Injury (LTI) incidents investigated and reported

Within 24 hours

Near-miss incidents documented and reported

Within 24 hours

Worker OHS induction completion before site access

100% of workers

PPE compliance rate observed during inspections

Minimum 95%

E. Social and Grievance Performance (Contract 2)

KPI

Target

Grievance Redress Mechanism (GRM) log updated

Weekly minimum

Grievances acknowledged to complainant

Within 5 working days

Grievances resolved and closed

Within 21 working days

Community consultation sessions conducted

Minimum once per quarter

ESS2 labor welfare monitoring reports submitted

Monthly

Gender and accessibility compliance checks documented

Monthly

F. Reporting and Communication (Contract 2)

KPI

Target

Monthly progress meetings attended by Team Leader

100% attendance

Meeting minutes submitted to client

Within 5 working days of each meeting

Response to client technical queries

Within 3 working days

As-built drawings reviewed and approved

Within 10 working days of contractor submission

O&M manuals reviewed and approved

Prior to practical completion

G. Bid Evaluation (Contract 2 – Task 3) Duration 10 working days

Bid Evaluation Report

Within 10 working days from bid submission deadline

8–10 man-days

Total Contract 2 duration: 15 months 1 week

Monitoring and Consequences:

The Client will assess KPI compliance of the consultant on a monthly basis. The following escalation approach will apply:

  • First instance of KPI non-compliance: Written notice issued to Consultant
  • Second consecutive instance: Formal warning with required corrective action plan within 5 working days
  • Persistent non-compliance (3 or more consecutive months): The Client reserves the right to invoke contractual remedies as stipulated in the contract agreement, which may include payment adjustments or termination provisions

The Consultant shall include a KPI Compliance Summary as a standing section in each monthly progress report, self-reporting against all applicable indicators and providing explanations for any targets not met.

Reporting Lines:

The consultants will report to the GCCC Component 3, TIU head and the CTA project manager.

About This Opportunity

This is a consulting contract in the construction and civil works, architecture and engineering and environment and climate sectors, with a focus on Rehabilitation, Pollution Control and Construction Supervision. Located in Egypt, Arab Republic of, Asia, this opportunity is open to firms and consortiums. Proposals must be submitted before May 20, 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 construction and civil works 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.

Key Details

Submission Deadline
May 20, 2026
14 days remaining
Contract Type
Consulting
Eligibility
Firms / Consortiums
Language
English
Reference
OP00442683

Source

w
world_bank
Official Source

Contracting Authority

Matching Experts

Are you a consultant?

Join our Expert Network and get matched with relevant tenders.