Apply online

Ref.
2025/EOTEDPTOPSFE/14307

Job offer type
Experts

Type of contract
Service contract

Deadline date
2025/12/17 12:53

Duration of the assignment
Short term

Contract
Freelancer

Duration
3 months

Mission description

Expertise France (EF) is a public agency created on the 1st of January 2015, and it has joined AFD Group as of January 1, 2022. EF offers program engineering and technical assistance by developing and implementing international cooperation actions worldwide. Expertise France is the French public agency for international technical assistance.

 

Project: Supporting progress in key areas of public administration reform in Lebanon

 

Since 2019, Lebanon has been facing one of the worst economic crises globally since the mid-nineteenth century according to the World Bank, with 2 major events intensifying its impact, the COVID-19 pandemic and the Beirut port explosion in 2020. As the financial and economic situation unfolds, the downfall can be seen in all of the country’s aspects, from the availability of state services to the functioning of public administrations. Understanding the extent of this downfall requires an overview of several key facts that could represent Lebanon’s new reality.

 

Lebanon has also been facing political and economic crises for several years. The country has a complex political system that is based on power-sharing arrangements among its religious sects. However, this system has led to political gridlock, corruption, and a lack of accountability, which has resulted in a deteriorating economic situation and social unrest. The political deadlock in Lebanon refers to the ongoing inability of the country's political leaders to form a functioning government. This deadlock has been repetitive and has always persisted for multiple months and sometimes years.

 

The country’s worsening context has severe consequences on all sectors, with Lebanese public administrations being the most affected due to the reduction of available public funds. This has affected the core of public services and the basic functioning of administrations.

 

Background

In 2021, the Lebanese Parliament enacted a new Public Procurement Law aligned with international standards and developed following a comprehensive MAPS assessment. This landmark legislation established an independent Public Procurement Authority (PPA), replacing the former Tender Board, which operated under the Central Inspection.

 

The Public Procurement Law (PPL) was ratified in June 2021 and came into effect in July 2022. In parallel, the National Public Procurement Reform Strategy (NPPRS) and its Action Plan were launched in January 2022 by the Prime Minister, in the presence of key national and international partners including the World Bank, European Union, AFD, UN, and UNDP, alongside government entities, private sector representatives, and civil society organizations. The NPPRS and its 2022–2024 Action Plan were subsequently approved by the Council of Ministers on May 20, 2022:

·       The reform strategy defines four strategic objectives designed to steer and sustain the transformation of Lebanon’s public procurement system.Bring the regulatory and policy framework in line with good international practices.

·       Create an institutional framework for successful procurement management and build corresponding capacity.

·       Economy and efficiency in procurement operations and practices.

·       Promote accountability, integrity and transparency in public procurement.

 

The new Public Procurement Authority was officially established on July 29, 2022 in accordance with the law. This authority requires a lot of aid, especially as it is the first of its kind to be established in Lebanon.

Accordingly, a new EU Program Action started in November 2023 that aims to support progress in key areas of public administration reform in Lebanon through enhancing the integrity, transparency and accountability of its public administration aligned with the principles of a modern public administration. It consists of three components:

 

1. Safeguarding integrity of the public administration, mainly in the area of public human resources management (i.e. civil service reform);

2. Enhancing transparency in public administration systems, mainly in the area of public procurement at central and local level (i.e. public financial management reform) and access to public information (i.e. accountability);

3. Strengthening accountability of the administration by reinforcing the role of the main oversight bodies (i.e., Central Inspection Board, Court of Audits and National Anti-Corruption Commission) in implementing reform, fighting and preventing corruption.

 

The Outputs to be delivered contributing to the outcome 2 on public procurement reform are:

2.1. The public procurement system is regulated by an independent authority committed to the principles of transparency, fair treatment of all bidders and equal opportunities to participate;

2.2 Centralized and decentralized public procurement systems more transparent by setting up the e-procurement platform;

2.3 Skills of procurement officers and stakeholders enhanced and public procurement function created;

2.4 The role of civil society organizations in supervising and monitoring public procurement enhanced.

Output 2 is complementary with the previous AFD-funded project, implemented by EF, which aimed to support public procurement reform in Lebanon. It had a duration of 27 months (ending date February 2024) and supported the Lebanese authorities in structuring and monitoring the reform, implementing the legal and regulatory framework at the operational level, building the capacities of institutions and public procurement agents, and improving the transparency and integrity of the system.

 

Needs justification

 

The Public Procurement Authority (PPA) has recently upgraded and launched its official web portal, marking a major step in the digital transformation of Lebanon’s public procurement system. The portal currently serves as a comprehensive transparency and information platform, providing access to procurement data, plans, tender notices, and contract awards in line with the Open Contracting Data Standard (OCDS).

 

Nevertheless, in accordance with Law No. 244/2021 on Public Procurement, the PPA is mandated to establish and operate a fully integrated e-procurement platform that enables the complete electronic management of procurement processes, from planning and tender publication to bid submission, evaluation, contract award, and reporting.

 

An e-procurement system known as DELTA was previously developed, procured, and customized by the Office of the Minister of State for Administrative Reform (OMSAR) before the entry into force of Law 244/2021. As such, the system was designed on the basis of the former legal and institutional framework, which is no longer applicable. Although DELTA was subsequently transferred to the PPA, it has not yet been deployed or made operational, and it does not reflect the requirements, roles, and procedures introduced by the current Public Procurement Law.

 

To ensure compliance with the new regulatory framework and to advance the digitalization of public procurement, the PPA needs to determine the most efficient and sustainable approach to establishing the national e-procurement platform. This requires a comprehensive assessment of the existing DELTA system, including its technical architecture, functionality, and capacity for adaptation.

 

The purpose of the current assignment is therefore to evaluate whether DELTA can be feasibly upgraded and customized to meet the legal, technical, and operational requirements of Law 244/2021, or whether developing or procuring an alternative solution would be more effective and cost-efficient. The results of this evaluation will guide the PPA’s strategic decision on the next phase of the e-procurement system implementation, ensuring alignment with national objectives, international best practices, and sustainability considerations.

Project or context description

     Objectives and desired results

 

1)      General objective

       The Public Procurement Authority (PPA) has established its own Portal as the central platform for publishing procurement opportunities and related information. In parallel, the Authority has acquired an e-Procurement Platform (DELTA), which is not yet live and lacks several critical features required to support the full procurement lifecycle. To ensure alignment with international best practices, the PPA seeks to assess Delta versus regionally and internationally similar solutions.

 

2)      Specific objectives

·       Assess the current Delta platform for technical readiness.

·       Assess full integration between Delta and the live PPA Portal.

·       Provide possible gaps between Delta and regionally and internationally recognized similar eProcurement platform.

·       Strengthening procurement processes through digitalization, transparency, and accountability

 

3)      Anticipated results

Delivery of the required needed evaluation by April 08, 2026.

 

 

II.      Deliverables

 

1)      Scope of Work

The selected vendor shall undertake a comprehensive technical and functional assessment of the Delta Platform and its integration with the live PPA Portal  ensuring alignment with the Public Procurement Law 244/2021 , OCDS (Open Contracting Data Standard), and the best practices for eProcurement systems. The scope will include the following activities:

 

Technical Readiness Assessment

·       Review the current Delta platform architecture, infrastructure, and scalability.

·       Evaluate performance, security, and compliance with industry standards.

·       Assess data quality, system reliability, and user experience.

·       Identify any technical risks or limitations that may impact long-term sustainability.

Integration Assessment

·       Assess the depth and reliability of integration between Delta and the live PPA Portal.

·       Map data flows between the two systems and identify potential bottlenecks.

·       Validate synchronization of procurement processes, audit trails, and reporting.

·       Recommend improvements for seamless interoperability and data consistency.

Gap Analysis Against Regional and International Standards

·       Benchmark Delta against similar regionally and internationally recognized eProcurement platforms.

·       Identify missing features or functionalities with regards to law 244/2021 requirements (e.g., eTendering, eAuction, contract management, supplier performance evaluation).

·       Provide a detailed report of gaps, ranked by priority and impact on transparency, efficiency, and compliance.

Digital Transformation Recommendations

·       Propose enhancements to strengthen procurement processes through automation.

·       Recommend tools and features to promote transparency, accountability, and auditability.

·       Suggest phased implementation and change management approaches to minimize disruption.

·       Develop a roadmap with quick wins (“low-hanging fruits”) and long-term initiatives.

 

 

2)      Functional Requirements

 

System Assessment Requirements

·       Ability to review and document Delta’s:

o   System architecture, database design, APIs, and integrations.

o   Compliance with international IT standards (ISO 27001 for security, ISO 9001 for quality).

o   Infrastructure scalability for future growth (e.g., number of concurrent users, transactions).

o   Current disaster recovery and business continuity capabilities.

 

Integration Requirements

·       Perform a full data mapping between Delta and PPA Portal modules.

·       Test and document:

·       API endpoints, data exchange frequency, and error-handling mechanisms.

·       Consistency of procurement information across both systems (tenders, bids, contracts).

·       Recommend solutions for:

o   Automating data synchronization.

o   Reducing manual intervention and duplication of effort.

 

Benchmarking & Gap Analysis Requirements

 

·       Compare Delta with leading eProcurement platforms such as SAP Ariba, Oracle Procurement Cloud, or regionally recognized equivalents.

·       Assess key functional domains, including:

o   Vendor registration and prequalification.

o   E-tendering, bid submission, and evaluation.

o   Contract management and compliance tracking.

o   Analytics and reporting dashboards.

o   Produce a gap analysis report that highlights:

o   Missing features or underperforming modules.

o   Opportunities for automation or simplification.

o   Risks related to data integrity or auditability.

 

Deliverables

 

·       Technical Readiness Report – documenting current state and risks.

·       Integration Assessment Report – detailing findings and recommendations.

·       Gap Analysis Report – benchmarked against global standards.

·       Digitalization Roadmap – with short-, medium-, and long-term initiatives, cost estimates, and priorities.

 

3)      Agile Methodology and Sprint Delivery requirements

                         PPA requires the selected vendor to utilize Agile methodology for the assessment process. Agile methodology promotes iterative collaboration, and flexibility, allowing for rapid adaptation to changing requirements and stakeholder feedback. Additionally, the vendor is expected to adhere to a two-week sprint delivery cycle, where each sprint spans a duration of two weeks. This approach enables incremental delivery of functionality, early validation of features, and continuous improvement throughout the assessment lifecycle.

 

Agile Methodology Implementation

The vendor shall adopt Agile principles, practices, and processes for the assessment report and its deliverables.

 

Two-Week Sprint Delivery

       The vendor shall commit to a two-week sprint delivery cycle. Sprint planning sessions shall be conducted at the beginning of each sprint to select and prioritize features for assessment.

 

4)      Assessment Plan 

 

As part of the technical proposal submission, we require from the selected vendor to include a detailed assessment plan outlining the approach, timeline, milestones, and deliverables for assessment of the Delta Platform. The assessment plan serves as a roadmap for execution, providing clarity on scope and dependencies. The following requirements apply to the submission of the assessment plan.

  Comprehensive Overview

•     The plan shall provide a comprehensive overview of the assessment, including the objectives, scope, and high-level requirements.

Timeline and Milestones

•     The assessment plan shall include a detailed timeline with specific milestones, deliverables, and dependencies identified for each phase of the assessment.

Communication and Reporting

•     The assessment plan shall define communication channels, frequency of communication, and reporting mechanisms for assessment updates, progress tracking, and issue resolution.

•     It shall identify key stakeholders and their respective roles in assessment communication and decision-making processes.

 Submission Requirement

•     The vendor shall submit the detailed assessment plan as part of the technical proposal.

•     The assessment plan shall be reviewed and evaluated by the evaluation committee comprised of EF and PPA representatives to ensure alignment with assessment objectives, requirements, and timelines.

 

5)      Evaluation Criteria

The best value for money is established by weighing technical quality against price          on a 60/40 basis. The quality of each technical and financial offer will be        evaluated in accordance       with the following award criteria and the weighting:

CRITERIA

WEIGHTS

Quality

60

Vendor Experience & References

(20)

Proposed Assessment Methodology

(30)

Proposed delivery timeline

(10)

Price (including TCO)

40

 

Tenders will be appraised and given a score of up to 100 points according to these criteria.

 

NB:

·                Only tenders with scores of at least 45 points on technical evaluation qualify for the financial evaluation.

·                No other award criteria will be used. The award criteria will be examined in accordance with the requirements indicated in the Terms of Reference

 

6)      Confidentiality

The entire evaluation procedure is confidential, subject to Expertise France’s legislation on access to documents. The Evaluation Committee’s decisions are collective, and its deliberations are held in closed session. The members of the Evaluation Committee are bound to secrecy. The evaluation reports and written records are for official use only and may be communicated neither to the tenderers nor to any party other than Expertise France.

 

7)      Non-Disclosure Agreement

The selected vendor, its employees, consultants, and any subcontractors shall be bound by a Non-Disclosure Agreement (NDA) with Expertise France and the Public Procurement Authority (PPA).

 

Under this agreement:

 

Confidential Information

All information, data, documents, and materials, whether written, electronic, or verbal—shared or accessed during the course of the assignment shall be treated as strictly confidential. This includes, but is not limited to, any technical specifications, architectural diagrams, datasets, procurement records, source code, system credentials, and internal communications related to the Delta platform or the PPA Portal.

 

Use of Information

The vendor shall use such information solely for the purposes of fulfilling its contractual obligations under this engagement and shall not, under any circumstances, disclose, reproduce, or use such information for personal, commercial, or third-party benefit.

 

Access Control

The vendor shall ensure that only authorized personnel directly involved in the assessment and covered by this NDA shall have access to confidential materials. Such personnel must be informed of their confidentiality obligations in writing.

 

Duration of Obligation

The confidentiality obligations shall remain in effect throughout the duration of the contract and for a period of three (3) years after its completion, unless otherwise extended in writing by Expertise France or PPA.

 

Return or Destruction of Materials

Upon completion or termination of the assignment, the vendor shall return all confidential materials or securely destroy them, upon written confirmation by Expertise France or PPA.

 

Breach of Agreement

Any breach of this NDA shall be considered a material violation of the Terms of Reference and may result in immediate termination of the contract, in addition to any legal remedies available to Expertise France or PPA under applicable laws.

 

8)      Disqualification criteria

·       Incomplete Proposals: Proposals that do not fully address all the requirements outlined in the Terms of Reference (TOR), including both technical and financial aspects, will be rejected.

·       Lack of Understanding: Proposals that demonstrate a lack of understanding of the assessment’s objectives, scope, and deliverables.

·       Insufficient Experience: Service vendors that do not have proven experience in similar engagements.

·       Lack of Relevant Portfolio: Proposals lacking a portfolio of similar assignments or case studies that demonstrate the vendor’s capability to deliver an assessment of this nature and scale.

·       Inadequate Project Management Plan: Proposals that do not include a robust project management approach, including clear milestones, deliverables, and quality assurance processes.

 

 

III.      Alternative Solution

 

While the primary objective of this TOR is to assess, enhance, and operationalize the Delta e-Procurement Platform, vendors are permitted to propose an alternative solution under the following conditions:

 

Justification

The vendor must demonstrate, with clear evidence, that the proposed solution provides significant advantages over Delta in terms of functionality, security, scalability, cost-effectiveness, and sustainability.

 

Compliance

Any alternative solution must comply with the core objectives and scope of work outlined in this TOR, including full integration with the live PPA Portal and interoperability with government system.

 

Hardware & Software Requirements

For any alternative system, the vendor shall specify the necessary HW and SW infrastructure and demonstrate that it meets national hosting, security, and data protection requirements.

 

Total Cost of Ownership (TCO)

The vendor must present a clear cost comparison between enhancing Delta and implementing the proposed alternative, including development, licensing, maintenance, training, and support costs over a 5-year period.

 

Evaluation

Expertise France reserves the right to assess the alternative solution against Delta enhancement based on functionality, compliance, integration feasibility, cost, and sustainability, and to select the option that best serves the PPA’s objectives.

 

 

IV.      Place, duration, and terms of performance.

 

Hybrid with weekly visit and follow up at Public Procurement Authority (PPA)

 

·       Start date: 5 December 2025

 

·       Delivery date: 5 March 2026

 

 

 

Required profile

 

V.      Required expertise and profile.

 

1.       The vendor shall be a legally registered company in Lebanon with a minimum of five (5) years of proven experience in the delivery and implementation of large-scale Enterprise e-Procurement solutions.

2.       2 references from previous clients who have undertaken similar projects.

  1. Previous experience of working with local NGOs and/or other international organizations is desirable.

VI.      How to apply

 

The proposal should include:

  • Technical proposal (in MS Word or PDF format)
  • Financial proposal (in MS Word or PDF format) and filled BOQ as attached in the call.

·       2 references from previous clients who have undertaken similar projects.

  • Previous experience of working with local NGOs and/or other international organizations is desirable.

 

  • A copy of the VAT Certificate
  • A copy of the Company Registration document
  • A copy of a recent commercial circular (إذاعة تجارية)
  • A copy of the Ministry of finance registration
  • Copy of passport or ID for the Board members

 

Please send your proposal by email to the following address:

Lebanon.procurement@expertisefrance.fr

 

Submission deadline

All proposals must be submitted no later than 24 November 2025.

 

Additional information

Item No. Description Unit Quantity Unit Price Total Price Remarks
1 Inception & Planning Lump Sum 1      
2 Technical Readiness Assessment Person-Day        
3 Integration Assessment Person-Day        
4 Gap Analysis (Benchmarking) Person-Day        
5 Stakeholder Workshops Workshop 2      
6 Final Reporting & Presentation Lump Sum 1      
7 Project Management & Quality Assurance Person-Day        
Total  $                                                                                                -  

 

Selection criteria for applications

The selection process for candidates will be based on the following criteria :

  • Candidate’s training/skills/experience
  • Assessment of the candidate's skills in the sought-after domain

Deadline for application : 2025/12/17 12:53

Expertise France is the public agency for designing and implementing international technical cooperation projects. The agency operates around four key priorities :

  • democratic, economic, and financial governance ;
  • peace, stability, and security ;
  • climate, agriculture, and sustainable development ;
  • health and human development ;

In these areas, Expertise France conducts capacity-building initiatives and manages project implementation, leveraging technical expertise and acting as a project coordinator. This involves combining public sector expertise with private sector skills to drive impactful results. 

This website uses cookies to ensure that we give you the best experience on our website. If you continue we assume that you consent to receive all cookies on all websites.
For further information, please click here >>.