Public data workspaceRead-only tender record
Public tender

Cybersecurity and Business Continuity Framework Development for West Bank and Gaza Energy Sector

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: West Bank and Gaza Project Name: Phase 3 Advancing Sustainability in Performance, Infrastructure, and Reliability of the Energy Sector in the West Bank and Gaza Grant No.: P507260 Assignment Title: Sector-Wide Cybersecurity, Business C…

Source ID: WB-OP00428869

Estimated value

$350,000

As published by the source; may be updated by the buyer.

Scope overview

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) Country: West Bank and Gaza Project Name: Phase 3 Advancing Sustainability in Performance, Infrastructure, and Reliability of the Energy Sector in the West Bank and Gaza Grant No.: P507260 Assignment Title: Sector-Wide Cybersecurity, Business Continuity, Framework & Policy Development Reference No .: GZ-PENRA-530256-CS-QCBS The Palestine Liberation Organization has received financing from the World Bank toward the cost of Phase 3 Advancing Sustainability in Performance, Infrastructure, and Reliability of the Energy Sector in the West Bank and Gaza (ASPIRE III) and intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include consultancy service for Sector-Wide Cybersecurity, Business Continuity, Framework & Policy Development . The expected implementation period is six (6) months. The detailed Terms of Reference (TOR) for the assignment can be obtained from the address and/or the electronic websites given below: Attention: Procurement Officer Al Masayef. - PENRA Building/4th floor City: Ramallah Telephone: +9722 2984752, or +970 2 2984752 Facsimile number: +9722 2984753 or +970 2 2984753 Electronic mail address: procurement@menr.org Higher Council for Public Procurement Policies’ electronic website: https://www.shiraa.gov.ps The Palestinian Energy & Natural Resources Authority 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:

  • Relevant Sector Experience

The Firm must have demonstrated experience delivering:

  • Cybersecurity frameworks and governance models
  • OT/ICS cybersecurity programs and assessments (IEC 62443 aligned)
  • BCM/DR frameworks and crisis management structures
  • Policy development and harmonization across multiple entities
  • Sector-wide or national-level cybersecurity initiatives

Minimum Requirement: At least two (2) similar assignments in the utility, energy, critical infrastructure, or public-sector domain within the past seven years.

  • OT/ICS (IEC 62443) Expertise

The Firm must have proven experience with:

  • OT governance and lifecycle management
  • ICS/SCADA assessments, substations, PLC/RTU, historian systems
  • Zones & conduits architecture (IEC 62443-3-2)
  • OT risk assessment methodologies
  • OT-specific policy development

Minimum Requirement: At least one major project involving IEC 62443 implementation or OT/ICS cybersecurity.

  • Information Security Framework Expertise

The Firm must demonstrate proficiency in developing and aligning frameworks with:

  • NIST Cybersecurity Framework (CSF)
  • ISO/IEC 27001:2022
  • ISO 22301 (BCM/DR)
  • SIEM/SOAR governance and SOC operations

Requirement: Ability to harmonize multiple standards into a unified sector-wide approach.

  • Policy and Governance Development Capability

The Firm must demonstrate capacity to develop:

  • Comprehensive cybersecurity and SOC policies
  • OT/ICS-specific policy suites
  • BCM/DR governance policies
  • Sector-wide governance models and RACI matrices

Requirement: Evidence of high-quality, bilingual (Arabic and English) policy outputs.

  • Regional and Institutional Knowledge

Experience working with:

  • Utilities or energy sectors in the Middle East region
  • Governmental, regulatory, or donor-funded institutions
  • Multi-stakeholder or cross-entity coordination environments

Advantage (Preferred, not mandatory): Demonstrated familiarity with Palestinian sector dynamics.

  • Multidisciplinary Team Capacity

The Firm must be able to deploy a team with combined expertise in:

  • Cybersecurity governance
  • OT/ICS security
  • BCM/DR
  • SOC architecture and SIEM/SOAR
  • Policy drafting and documentation
  • Project management and stakeholder engagement

Requirement: Ability to support a 6-month assignment with dedicated resources.

  • Quality Assurance & Methodology

The Firm must demonstrate:

  • Documented internal QA/QC processes
  • Clear methodology for reviews, version control, and stakeholder alignment
  • Ability to ensure consistency across large, multi-document deliverable packages
  • Financial and Administrative Capacity

The Firm must demonstrate the administrative capability and financial stability needed to manage a multi-entity project of this scale. Requirement: Audited financial statements for at least two years . Key Experts will not be evaluated at the shortlisting stage. 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” dated February 2025, sixth edition (“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. A Consultant will be selected in accordance 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 9:00 a.m.-2:00 p.m. (Palestine local time). Expressions of interest must be delivered either in a written form (by courier/in person) or electronically (by email; signed, initialed, stamped, and accompanied by power of attorney to sign) to the address/email below by 12:00 p.m. (Ramallah Local Time, GMT +3) on 06/04/2026 . Attention: Procurement Officer Al Masayef. - PENRA Building/4th floor City: Ramallah Telephone: +9722 2984752, or +970 2 2984752 Facsimile number: +9722 2984753 or +970 2 2984753 Electronic mail address: procurement@menr.org Higher Council for Public Procurement Policies’ electronic website: https://www.shiraa.gov.ps Agency: Palestinian Energy and Natural Resources Authority Procurement method: Quality And Cost-Based Selection Notice type: Request for Expression of Interest Status: Published Value: 350000.0 USD

Statusopen
CategoryConsultant Services
CountryGz
Publish dateFeb 25, 2026
Submission deadlineApr 6, 2026
Estimated value$350,000
Notice typeprequalification
Sourceworld-bank-global
BuyerPalestinian Energy and Natural Resources Authority
Buyer websitehttps://projects.worldbank.org/
City

Buyer & contacts

Public read-only access
Contact fields are visible publicly. Use the workspace for exports, buyer tracking, and alerts.
Open workspace
Emaildoaa@menr.org
OrganizationPalestinian Energy and Natural Resources Authority

Tags & Signals

cybersecurity frameworkbusiness continuity managementenergy sector securityOT/ICS cybersecuritypolicy developmentWorld Bank fundedcritical infrastructureconsulting services
Unlock actions

Keep reading for free. Pay only when you need workspace actions.

This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.

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.