img

Selection of a Consultant for the technical support in the finalisation of the process of assisting Member States in setting up national Food Security Storage policies and building the capacity of storage stakeholders

Date de publication :
Monday, 13 November 2023
Date limite de soumission :

ECOWAS Commission has received funding from the Agence Française de Développement (AFD), and intends to use part of it to make payments under the Support to the Interim Phase of the West Africa Food Security Storage Project (STOCK II).

The assignment will consist of providing technical support for the finalisation of the process of assisting Member States in setting up national food security storage policies and national stock governance instruments, and building the capacity of national storage system stakeholders.

ECOWAS, represented by the Regional Agency for Agriculture and Food (RAAF), invites applicants to express their interest in providing the Services described above.

This request for Expressions of Interest is addressed to firms or  consortium of firms.

The eligibility criteria for AFD financing are specified in Article 1.3 of the "Guidelines for the Award of Contracts financed by AFD in foreign States", available online on the AFD website:  http://www.afd.fr

Applicants can only submit one application on their own behalf or as part of a Group. If an applicant (including a member of a Group) submits or participates in several applications, those applications will be eliminated. However, a Sub-Contractor may participate in several applications.

If the Applicant is a consortium, the Expression of Interest must include:

  • a copy of the consortium agreement entered into by all its members, or
  • a letter of intent to form a consortium, signed by all its members and accompanied by a copy of the proposed consortium agreement

In the absence of this document, the other members will be considered as Subcontractors.

The references and qualifications of Subcontractors are not taken into account in the evaluation of applications.

Interested Applicants must provide information demonstrating that they are qualified and experienced to perform the Services. In this respect, they must provide evidence that they have references for recent and similar services.

The similarity of the references will be analysed based on :

  • The size of the contracts;
  • The nature of the Services: technical support for finalising the process of assisting Member States in setting up national food security storage policies and instruments for governing national stocks, and in building the capacity of those involved in national storage systems;
  • Field and technical expertise: food security and food storage issues, agricultural policies in West Africa and regional institutions; agricultural institutions and mechanisms for preventing/managing food and nutritional crises, as well as related legal issues.
  • Geographical context: experience within the West African States, Chad and Mauritania on food security issues, agricultural institutions and food and nutrition crisis prevention/management mechanisms.

The Client will also examine the relevance of the Expressions of Interest in the light of the following criteria:

  • Availability of qualified personnel;
  • Ability of the applicants to mobilise local partners, if necessary.

RAAF will select a shortlist of between four (4) and a maximum of six (6) consultants, shortlisted on the basis of the applications received, to whom it will send the Request for Proposals for the performance of the required Services.

Application documents:

Mandatory documents:

  • Letter of expression of interest, duly dated and signed, drawn up in accordance with the model in annex 2;
  • If the candidate is part of a consortium: copy of the consortium agreement or letter of intent to form a consortium;
  • Duly signed declaration of integrity in accordance with the model attached in annex 3;
  • Presentation of the firm or design office or group of firms/design offices;
  • List of recent and similar references (format to be decided by the applicant). Evidence of similar experience must be provided in the form of certificates of successful completion of assignments, contracts, etc.

The application documents should not exceed a maximum of 30 pages all inclusive, except for the presentation of the candidate and proof of similar references;

The application documents should be presented in one (01) unmodifiable pdf file.

 

Annex 1: Terms of reference for the assignment

Context and justification

In 2011, the member States of the Economic Community of West African States (ECOWAS) adopted a regional storage strategy as part of ECOWAS's agricultural policy, ECOWAP. The storage strategy is based on the complementarity of three levels of storage ("lines of defence") : (i) local stocks, generally held by producer organisations ; (ii) national security stocks managed by the States, and finally, (iii) the Regional Food Security Reserve (RFSR) managed by ECOWAS and created by means of an Additional Act to the ECOWAS Treaty, by the Heads of State in 2013.

In 2016, a financial support from the European Union enabled the operational implementation of the storage strategy, with targeted support for each of the three storage levels.

The regional storage strategy is implemented by ECOWAS (Department of Economic Affairs and Agriculture) through the Regional Agriculture and Food Agency (RAAF) based in Lomé and, in particular, the dedicated Regional Food Security Reserve Division (RFSRD)

The storage strategy is based on the ECOWAS and ECOWAP principles, mainly complementarity and subsidiarity. Consequently, the balanced development of each storage scale is a fundamental factor in the overall efficiency of the regional storage system and its ability to respond to food and nutrition crises.

National storage systems represent the second line of defence towards crises, when local communities have mobilised their own stocks. The institutional support previously provided as part of the first phase of implementation of the regional storage strategy has enabled us to better understand the baseline situation in the Member States in terms of food security storage.

National storage systems have been strengthened through the development and harmonisation of national food security storage policies/strategies based on a regional baseline of best practices, the development of stock management manuals of procedures and capacity building for stock managers and accountants. This support has helped to ensure a better balance between the Sahelian countries (as well as Nigeria, Ghana and Togo), which have extensive experience, and stock management institutions, as well as the coastal countries, which previously lacked this type of instrument. However, the COVID-19 pandemic prevented the process from being completed in all 17 countries (15 ECOWAS member countries, Chad and Mauritania).

A second stage in the deployment of the strategy is now underway with the support of the Agence Française de Développement (AFD) and the World Bank.

This assignment falls within the scope of the first objective of the storage support project co-financed by ECOWAS and AFD, namely "To consolidate the operationalisation of the ECOWAS regional storage strategy" and refers specifically to Result 2 (R2) : "The intervention capacity of countries is strengthened through the implementation of national storage strategies".

The political situation in the region does not allow activities to be carried out in all countries. Consequently, the methods of implementation take account of the current evolving situation.

It is in this context that the Regional Agency for Agriculture and Food has called on a consultancy firm or a consortium/group of consultancy firms to support it in this process.

 

Objectives of the study

Overall objective

The overall objective is to increase the region's capacity to manage food, nutrition and pastoral crises, in particular by strengthening national storage policies and their stock governance tools, and by building the capacity of the stakeholders in charge.

Specific objectives

The support mission has three specific objectives :

Specific Objective 1. Back up the relaunch of the process to support the definition of national storage policies or strategies and governance instruments for national food security stocks, harmonised at regional level.

Specific Objective 2. Support the finalisation of the process of drawing up stock management manuals of procedures in nine (9) countries following the regional baseline of good practices (code of conduct). 

Specific objective N°3. Design and implement a capacity building programme for national stock management structures.

Expected results

Three results are expected from the support mission :

Result N°1. ECOWAS countries, Chad and Mauritania have defined or updated their national storage policy/strategy, including the design of stock management instruments, harmonised at regional level, up to the stage of their political approval by the government.

Result N°2. The nine countries that did not have one have finalised and adopted stock management manuals of procedures based on the regional baseline of good practices (code of conduct).

Result N°3. National stock management entities have strengthened their operational capacities.

 

Main activities

The main activities to be implemented under the various results are as follows :

As for Result 1 : ECOWAS countries, Chad and Mauritania have defined or updated their national storage policy/strategy, including the design of stock management instruments, harmonised at regional level, up to the stage of their political approval by the government.

  • Carry out a review of national storage policy/strategy documents and identify the need for updating in the light of changes in the context and prospects for 16 other countries (one short note per country) ;
  • Draft a summary document of national policy documents (16 countries) highlighting points of convergence and divergence, and identifying areas where a minimum of harmonisation is required ;
  • Support the organisation of a regional workshop focusing on the presentation and harmonisation of national storage policies and governance instruments ;
  • Support Cape Verde in the process of updating its storage policy/strategy, up to the stage of its political approval by the government ;
  • Support the finalisation of the national storage policy/strategy in the 14 other ECOWAS countries, as well as Mauritania and Chad, up to the stage of their political approval by the government.
    • Review and make proposals for amendments to national documents ;
    • Provide methodological support for the preparation and facilitation of the validation process at the technical level and the initiation of political approval ;
    • Support the finalisation of storage policy documents.

As for Result 2 : The nine countries have finalised and adopted their stock management manuals of procedures based on the regional baseline of good practices (code of conduct).

  • Take stock of the progress made in preparing the stock management manual of procedures in each of the nine countries : operation of the committee, progress of the document, difficulties encountered, etc.
  • Provide support in drawing up an action plan to identify the activities to be carried out, the deadlines and responsibilities of the parties involved, and the need for additional expertise ;
  • Provide support in preparing the manual of procedures
  • Review and make proposals for amendments to the document ;
  • Provide methodological support for the preparation and facilitation of the validation process at the technical level and the political approval process ;
  • Support the finalisation of stock management manuals of procedures.

As for Result 3 : National stock management entities have strengthened their management capabilities.

  • Design a capacity-building plan in the field of stock management, making the most of best practices in the countries and in the RFSR (supply strategies, storage methods, standards and quality control, stock maintenance, technical rotations, removal from stock, reconstitution, etc.) ;
  • Design specific training modules on these various areas of stock management ;
  • Provide support for the organisation and roll-out of regional training courses ;
  • Provide methodological support to countries on the organisation of resource mobilisation.

 

Delivrables

The expected deliverables correspond to the various results expected from the support mission :

Deliverables relating to result 1 : ECOWAS countries, Chad and Mauritania have defined or updated their national storage policy/strategy, including the design of stock management instruments, harmonised at regional level, up to the stage of their political approval by the government.

  • A review of national storage policy/strategy documents, identifying the need for updating in the light of changes in the context and prospects for the 16 countries (one short note per country) ;
  • A summary document of national policy documents (16 countries) highlighting points of convergence and divergence, and identifying areas where a minimum of harmonisation at regional level is necessary;
  • A summary document on the methods of financing national stocks (internal and external; windows that can be mobilised) and risk management mechanisms (insurance);
  • Preparatory documents for the regional workshop on the presentation and harmonisation of national storage policies and governance and financing instruments : scoping note and agenda ; PPT presentations; contribution to the drafting of the workshop report;
  • Support for Cape Verde in the process of updating its storage policy/strategy, up to the stage of its political approval by the government (kick-off mission, support for the national consultant, documents review, etc.), including :
    • A progress report on the process of defining/updating the national policy in Cape Verde : operation of the committee, progress of the document, difficulties encountered, etc.
    • An action plan listing the activities to be carried out, the deadlines and responsibilities of the stakeholders, and the need for additional expertise ;
    • The national policy document (drawn up by the national party), including proposed reviews and amendments ;
    • A preparatory document (orientation note, ToR and agenda) for the technical validation workshop on the policy document ;
    • The final revised storage policy document from the validation workshop ;
  • Support for the finalisation of the national storage policy/strategy in the 14 other ECOWAS countries, as well as Mauritania and Chad, up to the stage of their political approval by the government, including :
    • Review document and formulation of proposals for amendments to updated national documents ;
    • Remote methodological support for preparing the validation process at technical level and initiating political approval ;
    • Finalised national storage policy documents.

These deliverables must be provided in the respective languages of the countries considered. For Portuguese-speaking countries, the documents must also be provided in French.

Delivrables relating to result 2 : The nine countries have finalised and adopted their stock management manuals of procedures based on the regional baseline of good practices (code of conduct).

  • A progress report on the preparation of the stock management manual of procedures in each of the nine countries : operation of the committee, progress of the document, difficulties encountered, etc. ;
  • Nine action plans listing the activities to be carried out, the deadlines and responsibilities of the parties involved, and the need for additional expertise ;
  • On-demand support for the consultants and the national team/committee in charge of steering the process ;
  • A summary note on the proposed reviews and amendments to each of the nine manuals of procedures ;
  • Proposed reviews and amendments to each of the nine preparatory documents (orientation note, ToR and agenda) for the technical validation workshop on the manual of procedures.
  • Nine finalised and validated manuals of procedures

These deliverables must be provided in the respective languages of the countries considered. For Portuguese-speaking countries, the documents must also be provided in French.

Delivrables relating to result 3 : National stock management entities have strengthened their management capacities.

  • A document relating to the capacity-building plan in the field of stock management, highlighting best practices in the countries and the RFSR (supply strategies, storage methods, standards and quality control, stock maintenance, technical rotations, stock removal) ;
  • A set of specific training modules on the various areas of stock management ;
  • Preparatory documents for the organisation of regional training courses : terms of reference, agenda, list of participants, training methodology) ;
  • Training materials ;
  • Presentations at the three regional training courses (English-speaking, French-speaking, Portuguese-speaking) ;
  • Tailor-made methodological support to the 17 countries on the organisation of resource mobilisation.

These deliverables must be provided in English, French and Portuguese.

 

Methodology, organisation et work plan

National processes are carried out by national institutions and are placed under their responsibility. To this end, Memoranda of Understanding have been concluded between ECOWAS and the Ministries of agriculture or food security.

The consultancy firm or consortium will work closely with the national process focal point designated by the country. The financial resources needed to recruit the national consultants and organise the meetings will be managed by the ECOWAS Representation in each country, or directly by the RAAF's financial services.

The consultancy firm or consortium will provide support and advice to the countries concerned and to the RAAF.

The mission will be supervised by the Head of the RFSR Division (RAAF) assisted by the Stock II Project Coordinator. RAAF will support the Consultant in communicating with the countries. ECOWAS representation in the countries will also contribute to this communication.

RFSRD will provide the Consultant with all available documentation, in particular the policy documents and manuals of procedure of the countries that have completed their formulation process.

The consultant (consultancy firm) must have logistical and operational autonomy. Missions are planned to the nine countries concerned by the review of the manual of procedures, as well as to Cape Verde and Togo, where the RAAF has its headquarters.

In its organisation and methodology, the consultant must present the manner in which it intends to carry out the services, clearly specifying the role of each staff member mobilised, the allocation of tasks and their respective contributions to the achievement of the activities and deliverables.

A detailed timeline of the intervention will be presented in the applicant's proposal. In view of the urgent need to finalise this process of support for national policies and their regional harmonisation within a short period of time, the firm must be able to simultaneously deploy a sufficient number of experts to meet the needs of the countries, while at the same time having the necessary skills.

 

Qualification of the firm, key personnel and consultant profiles

The Consultant must provide evidence of its references over the last 5 years for similar services, particularly in the fields of food security and food storage issues, agricultural policies in West Africa and regional institutions, management of food and nutritional crises, etc. (certificates of successful completion, etc.) justifying its skills for the assignment (at least 3 assignments carried out).

The consultancy firm or consortium must mobilise a team comprising :

  • A Head of Mission who will coordinate all activities and act as the interface between RAAF and the team of consultants. He/she will have in-depth knowledge of food security and food storage issues, agricultural policies in West Africa and regional institutions. He/she should have at least a Master's degree in economics, agro-economics, socio-economics or institutional development and at least 10 years' experience.
  • At least two experts with very good knowledge of food security and food storage issues. These experts should have a Master's degree in economics, agro-economics or socio-economics and at least 7 years' experience. They should have at least three references in the field of storage, including two in West Africa.
  • At least three experts with very good knowledge of agricultural institutions and food and nutrition crisis prevention/management mechanisms, as well as related legal issues. In particular, they should have drawn up manuals of procedures. These experts should have a 5-year degree in public institutions law or institutional development, and at least 7 years' experience. They must have at least two references in the field of storage and the design of manuals of procedures.
  • At least one expert specialising in legal issues and stock management procedures, who will provide legal support to the three previous experts. The expert must have a Master's degree in public law, at least 7 years' experience and at least four references directly related to the subject of the service, including at least two in West Africa.

Duly signed CVs (with references), degree certificates, training certificates and mission/work certificates for all experts must be included in the consultant's proposal.

The team will need to combine regional and international expertise.

 

Presentation and approval of reports and deliverables

A draft version of the above deliverables will be submitted to the RAAF, to the attention of the Executive Director, at the following address: osalifou@araa.org , cc’d to mlompo@araa.org , faboudou@araa.org , pbessi@araa.org , rblein@araa.org

RAAF has two weeks to send its comments and recommendations to the Consultant. The final version of the documents (deliverables) shall be transmitted by the Consultant to RAAF no later than 14 calendar days after receipt of RAAF's comments and recommendations.

It should be noted that the content of policy documents and manuals of procedures are the responsibility of the States. In this area, the Consultant provides support and advice, even draft documents, ensures quality control, but is not held responsible for the final content of the documents (policy document, manuals of procedures).

 

Duration and schedule of the service

The intervention planning is estimated at 10 months. The planning of support to the countries will be the subject of prior and regular consultations between the national authorities, RAAF and the Consultant.

The number of hours/days is estimated at 200 days.

 

Annex 2 : Sample of Letter of expression of interest Template

[Place, date]

ECOWAS Commission

To Mr. Ousséini SALIFOU, Executive Director

Regional Agency for Agriculture and Food (RAAF)

Boulevard de la Paix, 83 rue Pâture, Super taco, Lomé Togo

Té : +228 22 21 40 03

Email : osalifou@araa.org

 

Dear Sir,

We, the undersigned _________, have the honour of expressing our interest in providing technical support services to complete the process of assisting Member States in setting up national food security storage policies and national stock governance instruments, and in building the capacity of stakeholders in national storage systems, in accordance with your Call for expressions of interest n° ____________ issued on the ____________(date).

[If the Applicant is a consortium, insert the following: "We submit our Expression as a Consortium as follows: [Insert list showing the full name and address of each member, and identify the representative]"]. We enclose a copy of [insert : "the letter of intent to form a Consortium" or, if a Consortium has already been formed, "the Consortium Agreement"] signed by each member of the Consortium, including details of the probable entity and confirmation of the joint and several liability of the members of such Consortium.

We acknowledge and agree that ECOWAS reserves the right to cancel the process and reject any and all Proposals at any time prior to contract award, without incurring any liability to us as a result.

Yours faithfully,

Signature of authorised representative : ______________________________ [please print and initial]

Name and title of signatory: ___________________________________________________________

Name of the Consultant (name of the company or Consortium) : ________________________________

With the ability to : ____________________________________________________________________

Address : ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Contact information (telephone et e-mail) : ________________________________________

 [In the case of a consortium, all members must sign or only the representative, in which case the power of attorney authorising the signatory to sign on behalf of all members must be attached.]

 

Appendix 3 to Bid Submission Form

Statement of Integrity, Eligibility and Social and Environmental Responsibility

Reference name of the bid or proposal: …………………………………………………, (The "Contract")

To: Regional Agency for Agriculture and Food (RAAF); (The "Contracting Authority")

  1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
  2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:

2.1) Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;

2.2) Having been:

a.  convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);

b. subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);

c. convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;

2.3) Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;

2.4) Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;

2.5) Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;

2.6) Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr  (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);

2.7) Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.

  1. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:

3.1) Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.2) Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.3) Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;

3.4) Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;

3.5) In the case of procurement of goods, works or plants:

  1. Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
  2. Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract;
  1. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
  2. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
  3. In the context of the procurement process and performance of the corresponding contract:

6.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;

6.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;

6.3) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;

6.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;

6.5) We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;

6.6) Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;

6.7) We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.

  1. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: ______________________________       In the capacity of: ________________________

Duly empowered to sign in the name and on behalf of[1]:_________________________________

Signature:___________________________ Dated:

 

[1] In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or consultant.

Note: Any incomplete application and/or application arriving after the deadline will be automatically rejected.

 

How to Apply

Expressions of Interest should be submitted to procurement@araa.org, cc’d to ctienon@aara.org, pbessi@araa.org, mnakorba@araa.org : email subject “AMI03-Candidatures” no later than november 30, 2023 at 11.00 am GMT (UTC).
Interested applicants can obtain further information at the following e-mail addresses: procurement@araa.org, ctienon@aara.org, pbessi@araa.org, mnakora@araa.org; five (05) working days before the deadline for submission of Expressions of Interest, with the subject "AMI03-Clarifcations".