Javni poziv za dostavljanje ponuda- Razvoj standarda i modela podataka IPP FBiH - ФГУ

Новости преглед

Javni poziv za dostavljanje ponuda- Razvoj standarda i modela podataka IPP FBiH

04.03.2026 14:31

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES -FRAMEWORK AGREEMENT – FIRMS SELECTION)

 

Bosnia And Herzegovina

Federation of Bosnia And Herzegovina

Federal Administration for Geodetic and Real Property Affairs

Geospatial Infrastructure and Valuation Enhancement Project (GIVE)

Loan No.: 96760-BA

Issue date: 05.03.2026.

Assignment Title: Development of FBiH SDI data standards and model

Reference No. (as per Procurement Plan): A.1.2.1

 

Bosnia and Herzegovina and Federation of Bosnia and Herzegovina, through sub-agreement with Bosnia and Herzegovina has received financing from the World Bank toward the cost of the Geospatial Infrastructure and Valuation Enhancement Project (GIVE), and intends to apply part of the proceeds for consulting services.

The consulting services (“the Services”) include establishing a repeatable methodology, set of deliverables and acceptance criteria for developing, implementing, and testing spatial data models for spatial data sources of SDI stakeholders. A systematic approach to spatial data model design must be established by defining the conceptual, logical, and physical structures for the selected sources, in line with the relevant international standards (such as ISO, OGC, INSPIRE, Law on SDI FBiH) and requests from SDI stakeholders. This will lay the foundation for long-term interoperability, better organization and accessibility of stakeholder data, and strengthen the role of the SDI as a framework for the digital transformation of public administration and more effective spatial data management in the Federation of BiH.

This shall be used for contracting a Framework Agreement (FA), under which the Procuring Agency may issue multiple Call-Off Contracts/Work Orders. Each Call-Off Contract shall cover one clearly identified spatial data source (or theme) and shall be implemented through the phases and deliverables defined in Terms of Reference (ToR). For each Call-Off Contract, the Procuring Agency shall issue an Assignment Brief specifying: (i) the spatial data source/theme and responsible SDI stakeholder, (ii) available input datasets and formats, (iii) scope boundaries and assumptions, (iv) test environment and access arrangements, and (v) any source-specific constraints.

The Framework Agreement shall be concluded for a Term of 3 years, from the commencement date stated in the Framework Agreement. The initial term may be extended by a maximum of two additional years. The selection of a FA Consultant to be awarded a Call-off Contract will be done through a Secondary Procurement process as defined in Framework Agreement. However, the conclusion of a Framework Agreement shall not impose any obligation on the Procuring Agency, including participating Employers, to purchase Consulting under a Call-off Contract. The overall deadline for the Call-off Contract implementation shall be 180 calendar days from the signing of the Call-off Contract.

The Terms of Reference (TOR) for the primary procurement stage for the assignment can be found at the following website: http://fgu.com.ba/

The Federal Administration for Geodetic and Real Property Affairs 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. At the initial stage, the evaluation shall be based solely on the qualifications and experience of the Consulting Firm (as an individual firm or as a joint venture/consortium). Curricula vitae (CVs) of Key Experts are not required and shall not be evaluated at the shortlisting stage. The maximum score is 100 points, awarded based on the cumulative assessment of the shortlisting criteria. An EoI shall be considered responsive and eligible for shortlisting only if it achieves a minimum score of fifty (50) points out of one hundred (100).

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. For JV/consortium submissions, the EoI shall clearly indicate: (i) the Lead Partner, (ii) the roles and responsibilities of each member, and  (iii) proposed coordination arrangements. Shortlisting criteria may be fulfilled cumulatively by the JV/consortium, meaning that relevant experience, references, and capacity of all JV/consortium members may be aggregated and considered in the evaluation, considering their proposed roles and responsibilities. The Lead Partner shall act as the primary point of contact for FGA. Required JV/consortium documentation (to be attached to the EoI): A signed Letter of Intent to form a JV/consortium (or equivalent written agreement) by all members, identifying the Lead Partner and confirming commitment to submit a proposal in case shortlisted; and A brief JV/consortium arrangement note describing roles, division of responsibilities, and allocation of references/experience to the proposed roles.

The shortlist will contain five (5) to eight (8) firms.

Shortlisting Criteria, Scoring and Expected Supporting Evidence (to be submitted with the EoI) are:

CRITERION 1: GENERAL EXPERIENCE (MAXIMUM 20 POINTS)

The Firm shall be awarded up to 20 points based on the quality and relevance of corporate experience and references.

a) Minimum years in business (up to 7 points): At least two (2) years in business providing professional services in one or more of the following fields: geodesy, geoinformatics, GIS/SDI, land administration, IT/software engineering, data engineering, enterprise architecture, digital transformation, environmental information systems, utilities/asset management systems, or related fields. Expected evidence to be submitted with the EoI: Proof of legal establishment and registration (e.g., company registry extract, certificate of incorporation, or equivalent official registration document) indicating the year of establishment (for JV/consortium submissions: for each member).

b) Core business relevance (up to 13 points): Demonstrated corporate track record in delivering assignments such as: (i) development/integration of information systems or registries; (ii) data modelling and/or standardisation (spatial or non-spatial); (iii) database development and management; (iv) interoperability, data exchange, APIs, or service-oriented architectures; (v) implementation support, documentation and/or training for enterprise systems, for public sector or regulated industries.Expected evidence to be submitted with the EoI:Firm Profile (maximum 2 pages) summarising relevant business lines and service areas; and Relevant project references documented through Project Reference Sheets and corresponding attachments (as described under Criterion 2). References may be provided cumulatively by JV/consortium members.

CRITERION 2: SPECIFIC EXPERIENCE RELEVANT TO THE ASSIGNMENT (MAXIMUM 60 POINTS)

The Firm shall be awarded up to 60 points based on the quality and relevance of project references comparable in deliverables and complexity. References may relate to geospatial SDI work or equivalent data/standards/interoperability projects in other sectors, provided that outputs are transferable to the assignment. Relevant project areas include:

a)     Data modelling / standards / interoperability specifications (up to 18 points);

b)    Standards and frameworks alignment (INSPIRE, ISO 191xx, OGC, CityGML, LADM, GML/XML, GeoPackage, or equivalent national/sectoral standards such as ISO/IEC, W3C, OpenAPI, industry reference models) (up to 14 points);

c)  Schema/API implementation and validation (XSD/JSON Schema, REST/OpenAPI, controlled vocabularies, validation workflows, QA pipelines) (up to 10 points);

d)   Database and platform implementation (spatial/enterprise DB, performance, integrity constraints, migration, ETL/ELT) (up to 10 points);

e)  Service enablement and publication (WMS/WFS/WCS, tile services, catalogues, portals, OGC API, REST services) (up to 8 points).

Expected evidence to be submitted with the EoI (mandatory format): For each reference claimed under this criterion, the Firm shall submit a Project Reference Sheet (maximum 2 pages per reference) including, at minimum: Project title; Client name and contact details; Country; Implementation period (start/end); Firm’s role (Lead / JV member / subcontractor) and brief description of scope; Key deliverables relevant to the assignment; Standards/technologies applied (where relevant); Contract value (indicative, if available). Expected reference attachments (mandatory – at least one per reference):

For each reference, the Firm shall attach at least one (1) of the following (commercially sensitive information may be redacted):

  • Contract extract / purchase order / work order evidencing the Firm’s engagement; or
  • Certificate of completion / acceptance certificate / client confirmation letter; or
  • Client reference/recommendation letter; or
  • Links or screenshots evidencing published deliverables (e.g., public documentation, geoportal/service endpoint), where applicable; or
  • Other verifiable evidence acceptable to FGA confirming participation and delivery.
  • For JV/consortium submissions, references may be submitted cumulatively by all members. Each reference sheet shall clearly indicate which member performed which part of the assignment and how it relates to the proposed role within the JV/consortium.

CRITERION 3: ADDITIONAL PREFERENTIAL CRITERIA (MAXIMUM 20 POINTS)

The Firm shall be awarded up to 20 points based on attributes that enhance implementation feasibility:

a) Regional/BiH or comparable context experience (up to 8 points). Experience in Bosnia and Herzegovina and/or comparable contexts, or delivery of similar work for public institutions with complex governance arrangements. Expected evidence to be submitted with the EoI: Project Reference Sheets (as per Criterion 2), supported by at least one attachment per reference as listed under Criterion 2.

b) Local capacity and language (up to 6 points). Ability to operate in Bosnian/Croatian/Serbian and deliver meetings/workshops and key documentation in local language(s). Expected evidence to be submitted with the EoI: Self-declaration confirming operational capacity in Bosnian/Croatian/Serbian; and Optional supporting evidence (recommended): sample excerpt of a prior deliverable/training agenda in local language(s) or client confirmation indicating local-language delivery.

c)  Standards/model governance and maintenance (up to 6 points). Demonstrated experience in establishing or supporting governance and maintenance arrangements for data standards and models, including change management (versioning), stakeholder review cycles, issue tracking, and publication of updated versions (e.g., model repository, registry/catalogue updates). Expected evidence to be submitted with the EoI: One (1) to two (2) Project Reference Sheets where such governance/maintenance arrangements were implemented or supported; and At least one supporting attachment per reference as defined under Criterion 2 (acceptance letter, client confirmation, or deliverable extract/link evidencing versioning/change process).

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” September 2023, revised February 2023 and September 2025 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. 

A Consultant will be selected in accordance with the Framework Agreement arrangements described in the Procurement Regulations and to be specifically set out in the Request for Proposals.

Further information can be obtained at the address below during office hours from 08:00 to 16:00.

Expressions of interest must be delivered in a written form to the address below by e-mail by March 31st, 2026.

 

Federal Administration for Geodetic and Real Property Affairs

GIVE Project Implementation Unit

Attn: Iva Vidović, Procurement Specialist

Hamdije Kreševljakovića 96, 71000 Sarajevo, Bosnia and Herzegovina

Tel: +387 33 586 063

E-mail: give_procurement@fgu.com.ba

 

Natrag