TURKIYE PREPAREDNESS FOR PUBLIC HEALTH EMERGENCIES PROJECT
Loan No.: 9754-TR
Assignment Title: Consultancy Services for Vaccine Production Center Project in Ankara
Reference No. (as per Procurement Plan): TPPHEP/HSGM/2025/CS/L.1.1/QCBS/1
1.The Republic of Türkiye, Ministry of Health, General Directorate of Public Health (GDPH), through Ministry of Treasury and Finance (MoTF) has received financing from the World Bank toward the cost of the Türkiye Preparedness for Public Health Emergencies Project, and intends to apply part of the proceeds for consulting services.
2.The consulting services (“the Services”) include providing end-to-end technical and managerial consultancy services for the design, supply, installation, commissioning and preparing necessary documentation and submission of the file for WHO pre-qualification for at least one vaccine of the new Vaccine Production Center (VPC) project in Ankara, Türkiye. The services will be implemented in two phases. The first phase covering preliminary design and preparation of technical parts of the bidding document for the design, supply and installation bidding, and the second phase for supervision and contract management services, as well as defects liability period for the small construction works under the design, supply and installation bidding. The consultant will support all technical, architectural, GMP/GLP, biosafety, and regulatory aspects, including equipment specifications, process validation, and staff training to ensure the operational readiness and international compliance of the VPC. The assignment is expected to start in November 2025 and will last 49 months.
3.The detailed Terms of Reference (TOR) for the assignment can be found at the following website:
https://hsgm.saglik.gov.tr/tr/dunya-bankasi-ilanlari.html
4.The Ministry of Health, General Directorate of Public Health 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.
5.A consulting firm is allowed to submit the expression of interest alone if it considers itself to be fully qualified on its own for the assignment, as it is not mandatory for consultants to associate with any other firm(s), whether foreign or local. Alternatively, if consultants themselves choose to associate to enhance their qualifications and capability for the assignment, then such associations may either be as a Joint Venture (i.e. all members of the joint venture shall be jointly and severally responsible) and/or Sub-consultants (i.e. the Consultant will be responsible, including for the services of the sub-consultant). In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. Please note that in the evaluation of EOIs of associations for shortlisting purposes, only the qualifications of the JV members will be taken into account whereas the qualifications of proposed sub-consultants will not be considered.
6.The shortlisting criteria are as follows, in which specific experience of the Consultant relevant to the assignment will be considered of paramount importance:
(i) General Experience of the Consultant (as a firm) in providing consultant services.
The Consultant must have its core business in the fields of healthcare consulting, pharmaceutical and vaccine production consultancy, facility design and project management.
The Consultant must have been actively operating in these fields for at least 10 (ten) years prior to deadline for submission of interests.
(ii) Specific Experience of the Consultant (as a firm) relevant to the assignment in providing similar services under contracts of comparable size.
(a) Experience in the design, engineering, supervision, and commissioning of biopharmaceutical, vaccine production, or pharmaceutical facilities of comparable size, similarity, and complexity within the last 10 years prior to the submission deadline.
(b) Experience in projects funded by the international financial institutions such as World Bank, EIB, EBRD.
(c) Experience in similar projects performed in accordance with international standards such as WHO PQ, GMP, GLP and regulatory compliance with agencies like the US FDA or the EMA, including involvement in facility certification, validation or qualification processes.
(d) Experience related to the qualification/certification of a biopharmaceutical, vaccine production, or pharmaceutical facilities, in accordance with international standards or agencies
7.To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, at a minimum, the supporting documentation listed below. A consultant firm can only use its own qualifications and experience and not of its parent, sister or subsidiary companies or its employees.
(i)The firm's incorporation/trade/registration documents issued by the concerned government authority of the country of the firm.
(ii)The firm’s company brochures including the core areas of business; and
(iii)Completed Form-1 (attached to this Request for Expression of Interest) to provide information of similar contracts. This should include the name and reference number of the contract, brief deion of the scope of work, contract amount, period of the contract, name of the client and country of assignment, and role of the Consultant in the contract. Copies of completion certificates/references of Clients of completed contracts are not required to be submitted with the EoI. In the subsequent stage at the time of submission of proposals, the Client may request the shortlisted consultants to submit such supporting completion certificates.
8.The attention of the relevant Consultants is drawn to paragraphs 3.16 & 3.17 of the World Bank's Procurement Regulation for IPF Borrowers in Investment Project Financing (Goods, Works, Non-Consulting and Consulting Services) (September 2023) setting forth the World Bank's policy on conflict of interest.
9.A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
10.Further information can be obtained at the address below during office hours from 10:00 a.m. to 5:30 p.m. (Turkiye time).
11.Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 28/05/2025, 5:30 p.m. (Turkiye time).
Ministry of Health
General Directorate of Public Health
Budget and Projects Department
Attn: Uğur Murat YILMAZ
Universiteler Neighborhood, Sehit Mehmet Bayraktar Street,
No: 3 Floor: 1, (Room No: 2801b054)
06800 Cankaya, Ankara, Türkiye
Tel: +90 312 565 51 99
E-mail: hsgm.projesatinalma@saglik.gov.tr