Database Information Management System Design for ANF Laboratories
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: WB-OP00416208
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
ROMANIAN MINISTRY OF ENVIRONMENT, WATERS AND FORESTS Rural Pollution Prevention and Reduction Project (RAPID), IBRD Loan no. 9505-RO REQUEST FOR EXPRESSIONS OF INTEREST Assignment Title: Consultancy services for the Design and development of a bespoke Database Information Management System for the ANF laboratories (DIMS) Reference No .
(as per Procurement Plan): 05/QCBS/2025 The Government of Romania has received financing from the World Bank toward the cost of the Rural Pollution Prevention and Reduction Project (RAPID Project), and intends to apply part of the proceeds for consulting services.
The consultancy services (“the Services”) shall include the design, development, and implementation of a tailored Database Information Management System for the ANF laboratories (DIMS), specifically addressing the operational, technical, and regulatory requirements of ANF across both central and regional laboratories.
The implementation of the DIMS will fundamentally transform ANF laboratory operations by enabling structured, traceable, and standards-compliant workflows across all analytical domains, including residues, diagnostics, and PPP quality. The duration of the contract will be until March 31st, 2028, or any subsequent date, as agreed in writing by the Parties through a contract amendment.
Expand full description
The Consultant is expected to commence performance of the services starting with a contract kick-off meeting. The implementation of the DIMS is expected to fit within the 13-month timeline.
The duration of the Analysis and design Phase will be three (3) months, the duration of the Pilot implementation Phase (pilot phase) will be six (6) months and the durations of the Final Rollout and Stabilization Phase will be four (4) months. The commencement of Phase 1 and 2 is contingent upon the successful completion of previous phase.
The detailed Terms of Reference (ToRs) for the assignment are published on the Ministry’s of Environment, Waters and Forests web site at the following link: https://mmediu.ro/informatii-de-interes-public/achizitii-publice/anunturi/ The Ministry of Environment, Waters and Forests - Rural Pollution Prevention and Reduction Project, 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. The shortlisting criteria are: I.
General qualifications - 20 points The Consultants shall provide information on: core business and years in business, presentation of relevant contracts or projects in institutional development projects, including IT systems developed in cloud, hybrid, and on-premises infrastructure for private or public institutions. The Consultants should demonstrate, for the last 10 years, general experience at national level.
References will be provided. II. Specific experience - 80 points The Consultants should have specific* recent experience (within the last 5 years) in similar projects / contracts related to design and development of a Laboratory IT applications, preferably covering at least 3 projects.
This experience should include the development of IT systems of comparable complexity, with components such as project submission, evaluation, monitoring, implementation, and reporting. Evidence of this experience should be provided through copies of recommendation letters from Contracting Authorities/Clients, or copies of approval documents for deliverables/services/Final Reports.
*) Examples of relevant experience may include: Developing large-scale or enterprise-level IT systems (≥1,000 users or multiple locations) covering: Laboratory workflow analysis and quality standards (e.g., ISO/IEC 17025:2017). Laboratory Information Management Systems or related enterprise applications. Integration with external data sources (national registers, regulatory databases, lab instruments).
Performance and quality assurance testing. Implementing systems with capabilities such as: Complex laboratory workflows (barcode tracking, SOP-driven validation, multi-unit coordination). Real-time data processing and integration from multiple instruments and external systems. Automated report generation and distribution based on validation rules/regulations.
Compliance monitoring and reporting (e.g., SSD2 XML to EFSA, audit traceability). Laboratory data digitization, structured processing, analytics, and dashboards. Modular and interoperable system architecture. Web portals for external user interaction. Regulatory reporting and traceability under national or EU regulations.
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
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. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
Interested Consultants should clearly indicate in their Expression of interest the structure of their “association” and the duties and responsibilities of each of the partners and sub-consultants. Please note that any entity may submit only one Expression of Interest in the same selection process, either individually as a single consultant or as a partner in a joint venture .
The Consultant should also provide: Certificate of Status issued by the national register of companies.
In case of a joint venture, all members of the “association” will present a Certificate of Status; In case of a joint venture, the proof of a Partnership Agreement for the members of the “association” or a letter of intent to form a joint venture, signed by all members through their legal representatives; Declaration of no conflict of interest as attached to the present request of expressions of interests.
In case of a joint venture, all members of the “association” will fill in a Declaration of no conflict of interest. The assignment should be carried out by a qualified Consultant with in-depth experience in the area of information management systems. The interested consulting firms should provide clear and detailed evidence regarding the previous experience for providing similar services, in complexity and size.
The presentation of the references for similar experience shall include at least: short description of the services provided and related value; information about the Employer/Client; description of the services provided during the last 5 years with clear information about the starting and ending dates (in the case of references started earlier than the last 5 years, or for the references on going) and the corresponding value of each assignment.
It should be noted that at this point of the selection procedure (evaluation of the Expressions of Interest) only a confirmation of the availability of staff with the relevant qualifications is required. No CVs are required, as they will be evaluated at the time of evaluation of technical proposals of the short-listed consultants.
A Consultant will be selected in accordance with the Consultants Quality and Cost-based Selection (QCBS) method set out in the Procurement Regulations.
Expressions of Interest shall be submitted in the selection procedure language (English) to the attention of the RAPID-PMU, in a written form to the address below (in person, by courier or by e-mail) by the 29th of January, 2026, 17:00 local time Further information can be obtained at the address below during office hours from Monday to Thursday 8:30 to 17:00 hours and Friday 08:30 to 14:30 hours.
Ministry of Environment, Waters and Forests – Rural Pollution Prevention and Reduction Project Attn: Mr. Mihai CONSTANTINESCU, Director of the PMU Ms.
Cătălina CRIVEANU, Procurement Manager 46-48, Calea Plevnei, Sector 1, Building E, 1st Floor, Room 11 City: Bucharest, ZIP Code: 010233, Country: Romania E-mail: ump.achizitii@mmediu.ro; DECLARATION OF NO CONFLICT INTEREST I, [Undersigned’s Name], representing [Consultant's Company Name], I declare on my own responsibility, under penalty of perjury, that the participation in assignment no.
05/QCBS/2025 is not creating any actual, potential or perceived conflict of interest , as it is established through: - the provisions of the World Bank’s "Procurement Regulations for IPF Borrowers" , November 2020, setting forth the World Bank’s policy on procurement; - World Bank’s policy requirement that firms or individuals involved in Bank IPF procurement shall not have a conflict of interest; - the requirement that a firm shall be considered to have a conflict of interest if the firm: is providing Goods, Works, or Non-consulting Services resulting from, or directly related to, Consulting Services that it provided for the preparation or implementation of a project, or where such services were provided by an affiliate that directly or indirectly controls, is controlled by, or is under common control with that firm.
This provision does not apply to the various firms (Consultants, contractors, or suppliers), which together are performing the contractor’s obligations under a turnkey or design and built contract; including its personnel, has a close business or family relationship with a professional staff of the Borrower, or of the project implementing agency, or of a recipient of a part of the Bank’s financing, or any other party representing or acting on behalf of the Borrower who: is directly or indirectly involved in the preparation of the Procurement Documents or contract specifications, and/or the evaluation process of such contract; would be involved in the execution or supervision of such contract, unless the conflict stemming from such relationship has been resolved in a manner acceptable to the Bank throughout the procurement process and execution of the contract; or does not comply with any other conflict of interest situation as specified in the SPDs relevant to the specific procurement process.
By signing this declaration, I confirm that the information provided is true and accurate to the best of my knowledge and that I am committed to maintaining the highest standards of integrity and impartiality in my professional duties.
Name: Title: Company: Date: Signature: Agency: Ministry of Environment Waters and Forests - Project Management Unit for RAPID Project Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 1354730.0 USD
Buyer & contacts
Documents
Tags & Signals
Similar tenders
Repair and Installation of Spare Parts for Chevrolet Impala Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2018 Chevrolet Impala vehicle with license plate 8502, which was damaged in a traffic accident. The procurement covers necessary automotive components and repair services to restore the vehicle to operational condition. The work includes both mechanical repairs and installation of replacement parts.
Repair and Installation of Spare Parts for 2012 Toyota Hilux Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2012 Toyota Hilux vehicle. The procurement covers necessary maintenance and component replacement services. The work aims to restore the vehicle to proper operational condition.
Repair and Installation of Spare Parts for 2011 Toyota Land Cruiser
This tender involves the repair, securing, and installation of spare parts for a 2011 Toyota Land Cruiser vehicle. The procurement covers necessary maintenance components to restore the vehicle to operational condition. The work requires qualified automotive service providers with expertise in Toyota vehicles.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.