As part of the EU-GEPP funding programme budget, up to 3 projects have been selected to be grant funded under the programme. The intention is to complete the feasibility stage of the projects development process and progress towards the procurement phase of a solicited PPP contract between a private party and the local government unit (LGU). All of these LGU’s have undergone basic training on the PPP code of the Philippines and will be supported by the PPP center of Philippines and Expertise France as the development partner.
Expertise France is therefore seeking to appoint a professional and suitable joint-venture company or a corporation internationally or nationally registered with a pool of experts with the relevant competencies and expertise to conduct one to three detailed feasibility studies for the establishment of solid waste management for 3 local government units (LGUs) in order to provide solutions to manage waste disposal and diversion challenges that are currently faced by the 3 municipalities. These Feasibility studies will provide a comprehensive assessment of the project’s viability, covering financial, technical, legal, institutional, environmental and social aspects.
The 3 selected projects are based in Mindanao region and details about the precise location would be Iligan City, Island Garden City of Samal, and Zamboanga City.
The objective of the assignment is to support 3 selected pilot local government units (LGUs) in charge of waste services in the structuring and development of the PPP of the solid waste management infrastructure projects; by conducting detailed Feasibility studies and facilitating the establishment of commercially viable projects in solid waste management PPP, which may also serve as reference for other LGU’s in the country
The technical support will be carried out via knowledge sharing, seminars, trainings, technical studies and LGU’s ’ team mentoring on the operationalizations of the projects.
Specific objectives are:
The service provider must support the implementation of Output 2 interventions in line with the overall work plan and defined methodology in order to perform the following activities:
Part I: Inception report
The service provider must prepare an Inception report containing, among others, a detailed plan of approach, methodology and work plan covering a two-months initial period and taking into consideration key findings (e.g. critical issues to be addressed) from a first review of all existing documentation including project concept notes, solid waste management plans among others and covering the first field mission.
A first field mission as well as Inception Report should be produced with the following information:
The Document Control System shall ensure systematic creation, review, approval, version control, storage, retrieval, archiving, and disposal of Project Documents; provide a single source of truth for all Project Documents; maintain a complete and auditable record of document revisions, approvals, and access history.
The Database Management System shall: support role-based access rights and permissions; allow controlled data sharing and collaboration between Project Participants; be compatible with commonly used industry platforms and file formats; enable data export in non-proprietary formats upon request by the Authority.
Part II: Feasibility study
The scope of the feasibility study will take into account the pre-feasibility Project Concept Notes that have been produced by the LGU’s including the Technical Checklists, Site Mission Reports and other supporting documentation provided by the LGU. The consultant is to update the information, incorporate into the Feasibility Study Document Control and Database System and fill the necessary gaps in alignment with the Philippines PPP Code and Guidelines (Republic Act No. 11966) including the following phases:
The service provider will conduct an in-depth analysis/study into the current state of waste management across the selected municipalities including the description of available infrastructure, and socio-economic conditions and producing a mapping of the study area.
The analysis must quantify the waste generation, recycling, and disposal while assessing the capacity of existing municipalities and barangays. This includes an assessment of quantities and types of waste that are generated in the areas accounting for seasonality and a wholly representative sample from within the waste generation and collection areas. The assessment of the existing facilities (both municipal and private) and a description of the services that are provided for the collection, minimization, reuse, recycling and recovery treatment and disposal of waste is developed. Financial and human capital including waste infrastructure and equipment will also be listed and analyzed.
Furthermore, the service provider will benchmark these findings against national and international best practices to establish a clear baseline.
The service provider must analyse and recommend optimum PPP Structure by assessing risks using the Generic Preferred Risks Allocation Matrix (GPRAM) and ensuring GEDSI integration in project implementation that are accessible, inclusive, and responsive to the needs of all individuals, regardless of gender, disability, or social status.
Building on the situational analysis, the service provider will perform a Needs Analysis to define the project's scope and ensure it aligns with local and national policies.
This activity includes:
The result is a comprehensive SWOT analysis that identifies the requirements the solid waste management project must meet to serve the community effectively.
The Service provider performs a rigorous due diligence process to uncover any legal, financial, or technical issues that could impede project closure.
This includes verifying:
This critical phase involves several technical studies.
The service provider will identify and weigh various technical and financial options for delivering the project. This involves assessing each option’s advantages, risks, and financial impacts through a matrix approach including:
The analysis must consider how different technologies might stimulate economic productivity and ensure the project remains commercially viable and attractive to the market, focusing on PPP method to deliver value for money compared with a conventional procurement choice.
It should examine other spin-off effects and development benefits derived from the project, such as reduced air pollution, improved safety, and energy efficiency attributable to the installation of the project.
This deliverable focuses on how the project should be managed. The service provider evaluates both internal and external service delivery mechanisms, reviewing options previously considered by the municipalities to recommend the most efficient model for the execution of the SWM project.
To ensure the project is bankable, the Service provider conducts market sounding exercises through meetings with private sector players including local communities, junk shops and buy back centers, community service organisations and non-governmental units active in the sector, and industry benchmarks to capture the potential investor’s perspectives of the project.
This task should also analyze the demand for recycled materials or energy in the LGU, and identify potential off-takers and competitors.
A core component of the feasibility study is the comparative assessment of procurement choices. The TA constructs a Public Sector Comparator (PSC)and a PPP reference model to determine which approach offers better Value for Money.
This involves developing a detailed financial model, including CAPEX and OPEX estimations, revenue stream projections (gate fees, sale of recovered materials, energy sales or carbon credits) and land acquisition costs, operations and maintenance as well as tariff modeling.
A comprehensive risk matrix to allocate costs and responsibilities between the public and private sectors. The cost estimates shall be based on the outcome of the previous deliverables, based on historical data and quotations received from suppliers and similar projects and international suppliers.
The construction of the PPP reference model will be done by:
An initial Value-for-money test, conducted with the prescriptions of Republic Act (RA) No. 11966 or the PPP Code of the Philippines, should:
The service provider evaluates the project’s broader impact on the local economy using a social accounting matrix. Key tasks include assessing:
The study must focus on several key developmental pillars:
Activity 11: Stakeholder engagement analysis with project structuring – Stakeholder Engagement Plan
In addition, the service provider shall provide a Stakeholder Engagement plan and perform an in-depth analysis of each of participating organisations involvement in the project (Stakeholder Engagement Study), including the public and private sectors and formulate an appropriate project structure based on the participating LGU, including regulatory requirements, funding and operating model. It shall assess the following:
The service provider develops a detailed roadmap for the project’s rollout, including a Procurement Plan that sets out timelines and strategies for the SWM projects. The service provider is tasked with developing a plan that demonstrates the municipality have the necessary budget and capacity to undertake the procurement. This plan must explicitly set out the timelines, processes, and strategies for the bidding phase.
The service provider must develop a Procurement plan demonstrates that the implementing agency has the capacity, resources, and governance mechanisms to carry out the PPP procurement process. At minimum, it should include:
An Implementation Plan will outline every step from financing and civil works to equipment procurement and synchronization, providing a tentative schedule of milestones including:
Activity 12: Final Procurement Strategy and Procurement Plan
The service provider should incorporate the outcomes of stakeholders consultations, which are to be carried out in line with PPP Center guidelines. The identified stakeholders may include facility users. The team are responsible for :
Activity 13: Draft Bid Documents and Concession Agreement
Based on previous results and recommendations, the consultant will draft a complete set of bid documents and the concession agreement in line with the applicable national PPP Code. The bid documents will define the procurement structure, eligibility criteria, evaluation methodology, risk allocation, and key contractual obligations. The concession agreement will translate the agreed structure and risk distribution into a binding contractual framework between the LGU and potential private partners.
The expert will :
All findings are compiled into a high-quality, comprehensive Draft Feasibility Study Report. This report must be accompanied by an executive summary and a PowerPoint presentation for the project decision-makers and Steering Committee members.
After an initial period of review and consideration of comments from the project's technical team and the Project Steering Committee provided within 45 days, the completion of the study will be managed by the service provider and conclude with a close-out meeting with the submission a Final Feasibility Study Report, summarizing the assignment's outcomes and handing over all project property.
VfM and PSC should follow Philippines PPP Code methodology that will be provided to selected bidders
Requirements
Qualifications and skills
General professional experience
Specific professional experience
Remuneration and Payment Modalities. The Consultant’s remuneration shall be commensurate with their experience, technical expertise, and the complexity of the assigned materials. Applicants are required to submit a detailed financial quotation indicating proposed daily rates and/or per-output rates, as applicable. Payments shall be made on a per-output basis and shall be processed only upon the submission, review, and formal acceptance of agreed deliverables. Approved payments shall be processed within fourteen (14) working days from receipt of complete billing documentation and satisfactory validation of outputs by Action Against Hunger.
Work Modality and Location. This is a hybrid engagement. The Consultant must have a stable and reliable internet connection and the flexibility to work outside standard hours when required to meet short turnaround timelines and project deadlines.
Delays and Quality Assurance. In the event of delays attributable to the Consultant, Action Against Hunger reserves the right to apply liquidated damages equivalent to one-half of one percent (0.5%) of the gross monthly contract value for each calendar day of delay, or, where applicable, one-half of one percent (0.5%) of the relevant time-based rate. Liquidated damages shall be capped at a maximum of ten percent (10%) of the total contract value. All services and deliverables must meet the quality, accuracy, and professional standards of Action Against Hunger, which reserves the right to reject or request revisions to any outputs that do not meet these standards.
Equipment, Compliance, and Insurance. The Consultant shall provide all equipment necessary to carry out the consultancy, including laptops, recording devices, mobile phones, and internet connectivity. All outputs must comply with Action Against Hunger’s Branding and Visibility Guidelines and organizational policies, including those on Data Protection, Safeguarding (PSEA and Child Protection), Gender Equality, and related compliance frameworks. The Consultant is engaged as an independent contractor and is solely responsible for securing and maintaining any required insurance coverage at their own expense. Action Against Hunger shall not be liable for any injury, accident, loss, damage, or incident incurred by the Consultant in the performance of their duties, whether on-site, off-site, or during travel related to the assignment.