Reference: GVC/LEB/MAD-COORD-2017/LOT-01 › images › bandi ›...

17
Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20 COMMUNICATION CONSULTANCY Reference: GVC/LEB/MAD-COORD-2017/LOT-01 TENDER DOSSIER

Transcript of Reference: GVC/LEB/MAD-COORD-2017/LOT-01 › images › bandi ›...

  • Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    COMMUNICATION CONSULTANCY

    Reference: GVC/LEB/MAD-COORD-2017/LOT-01

    TENDER DOSSIER

  • 2

    Preamble

    The consortium composed by the international organisations GVC, CISP, CONCERN WW and ACWUA intends to launch a procedure in the framework of the project “Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis” TF-MADAD/2016/T04.20)”is launching a procurement process for the services of a Communication Expert. It is expected that the European Commission will establish the final amount of the grant and will liquidate it to GVC on completion of the operation based on the expenses presented and declared eligible. No party other than GVC shall derive any right from the grant or have any claim to its proceeds. Under no circumstances or for no reason whatsoever will the Commission entertain any request for indemnity or payment directly submitted by the humanitarian organization’s Suppliers.

    The procedure is launched on the name of the consortium and GVC will be responsible for the management of the tender procedure.

    As different services can be demanded by each partner, different contracts at the same conditions will be signed by each organisation for the services to be provided in order to facilitate procedures for invoicing and payment. Each partner organization will draft contracts on the basis of bidder’s offer and act as Contractor for that particular service or items.

    The service is described in the TORs – Annex I.

    The procedures applied by GVC in the present tender are inspired by the principles of:

    - Transparency in the procurement procedures;

    - Proportionality between the procedures followed for awarding contracts and the value of the contracts;

    - Equal treatment and non-discrimination of potential contractors and donors.

    SECTION I INSTRUCTIONS TO TENDERERS

    ANNEX I Terms of reference

    ANNEX II Financial and Technical Offer

    ANNEX III Quotation Submission Form

    ANNEX IV Declaration on ethical standards and right of access

    ANNEX V Financial Identification Form

    The offer must be sent or hand-delivered to GVC Office in Beirut:

    For information about delivery of tender dossiers please contact Racil Charara, at the phone number 81610444.

    GVC reserves the right to cancel the Tendering process at any time prior to the award of Contract.

    Request of clarification must be sent to: Racil Charara, GVC MADAD Deputy Coord, email: [email protected] copying Michele Pierpaoli, GVC MADAD Coord, email: [email protected]

    GVC Office

    Bder Building, 8th floor, Saydet Elghabi street, Furn El Chebbak, Beirut, Lebanon

    Reference:

    GVC/LEB/MAD-COORD-2017/LOT-01

    mailto:[email protected]:[email protected]

  • 3

    INSTRUCTIONS TO TENDERERS

    A. CONTENT

    1. Service to be provided

    1.1 GVC, as leader of the consortium, invites interested consultancy companies or individuals to submit an

    offer for a COMMUNICATION CONSULTANCY as specified in Annex I (Terms of reference).

    The quantities in Annex I are only estimated, and the unit price, for each service or item, will be taken

    as basis for the specific contract.

    2. Timetable

    ACTIVITY DATE TIME LOCATION

    Launch of the Negotiated procedure 23-06-17

    Deadline for requesting the tender dossier 8-07-17

    Deadline for asking clarifications 9-07-17

    Deadline for receiving clarifications 11-07-17

    Deadline for submission of Tenders 14-07-17 15:00 GVC office Beirut

    Tender opening session 17-07-17

    Contract award notification (estimated) 19-07-17

    Contract signature date (estimated) 21-07-17

    Services start day (estimated) 01-08-17

    3. Submission of Offers

    3.1 Offers shall be hand-delivered to GVC office in Beirut, before the deadline specified in the timetable above and must include the documents listed in section 3.3. They must be sent or hand-delivered in a close envelope to the following address:

    GVC Office

    Bder Building, 8th floor, Saydet Elghabi street, Furn El Chebbak, Beirut, Lebanon

    Reference:

    GVC/LEB/MAD-COORD-2017/LOT-01

    The Contracting Authority may extend the deadline for submission of offers by issuing an amendment.

    3.2 All the offers shall be delivered in a closed envelope duly stamped and signed. The name of the potential consultant and the reference to the procurement procedure (GVC/LEB/MAD-COORD-2017/LOT-01) must be indicated on the envelope.

    3.3 The documentation to be submitted to the Contracting Authority must include:

    a. ANNEX III - Quotation Submission Form.

    b. Copy of the VAT Number and/or copy of the Registration Number at MoF. The copy must be stamped and signed in original by the Tenderers.

    c. ANNEX II - Financial and Technical offer. Prices shall be expressed in USD. The offered price must be VAT excluded and VAT should be indicated separately.

    d. ANNEX IV - Consultant’s Ethical Declaration and Eligibility Declaration

    e. ANNEX V - Financial Identification Form

    3.4 Detail ToR for the consultancy can be found in ANNEX I

  • 4

    B. GENERAL CONDITIONS

    4. Eligibility

    4.1 To be eligible for participation in the procedure, interested consultants must prove to the Contracting

    Authority that they comply with the necessary legal, technical and financial requirements. GVC reserves

    the right to ask for documentation.

    4.2 To be eligible for the participation in this tender procedure, bidders must be able to issue regular invoices

    and to declare that they comply with the General Conditions stated with reference to Annex IV of this

    Tender Dossier..

    4.3 The Contracting Authority will exclude from participation in the procurement procedure candidates or

    bidders who are not in the position of signing Annex IV of the present Tender, and in particular

    candidates or tenderers falling into any of the following cases:

    a. They are bankrupt or being wound up, are having their affairs administered by the courts, have entered into an arrangement with creditors, have suspended business activities, are the subject of proceedings concerning those matters, or are in any analogous situation arising from a similar procedure provided for in national legislation or regulations;

    b. They have been convicted of an offence concerning their professional conduct by a judgment that has the force of res judicata;

    c. They have been guilty of grave professional misconduct proven by any means that the Contracting Authority can justify;

    d. They have not fulfilled obligations relating to the payment of social security contributions or the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the Contracting Authority or those of the country where the contract is to be performed;

    e. They have been the subject of a judgment that has the force of res judicata for fraud, corruption, involvement in a criminal organisation or any other illegal activity detrimental to the Communities' financial interests;

    f. Following another procurement procedure or grant award procedure financed by the Community budget, they have been declared to be in serious breach of contract for failure to comply with their contractual obligations.

    4.4 The Bidder shall provide any detailed information requested by the Contracting Authority, the European

    Commission, the European Anti-Fraud Office (OLAF), and the Court of Auditors, or by any other qualified

    outside body chosen by the Commission or by the Contracting Authority for the purposes of checking that

    the activities implemented in the context of the present contract are being properly carried out. The

    Supplier therefore allows the Contracting Authority, the European Commission, the European Anti-Fraud

    Office (OLAF), and the Court of Auditors to carry out the documentary and on-the-spot checks deemed

    necessary by the abovementioned authorities.

    4.5 The nationality of the service provider has to be among the eligible countries, as listed in the Annex A2a of

    PRAG 2016, published on Europeaid website (Lebanese nationality is eligible)

    5. Language of offers

    5.1 All correspondence and documents related to this procedure, contracts and reporting shall be written in

    English.

    5.2 This bidding procedure has been written in English. In case it will be translated in any other language than

    English, the English version shall prevail in case of difference of interpretation.

    6. Period of validity of the offers

    6.1 Offers shall remain valid for a period of 90 days from the deadline for their submission.

    6.2 The prices will be considered fixed and valid for the entire duration of the contract until the complete

    execution of the delivery. No additional charge of whatsoever nature and type will be accepted by the

    Contracting Authority.

  • 5

    7. Currency and pricing

    7.1 Prices shall be in USD and shall be VAT-excluded (VAT indicated aside)

    7.2 Unit Prices will be considered fixed and valid for the entire duration of the contract until the complete execution of the contract. No additional charge of whatsoever nature and type will be accepted by the Contracting Authority, unless agreed or specifically requested.

    8. Delivery plan

    8.1 The framework contract will run from the time of signature until the end of the project (expected

    December 2019). Expected time for the production of single deliverables are indicated in the Annex I-TOR.

    C. NEGOTIATED PROCEDURE

    9. Clarifications before the deadline for submission of offers

    9.1 Prospective Tenderers shall have - before the deadline for submission of Offers - the chance to request

    additional clarifications on the tasks to be executed under this contract.

    This request must be addressed in a written form within the deadline specified in the timetable (art. 2) to:

    • Racil Charara, GVC MADAD Deputy Coord, email: [email protected]

    copying:

    • Michele Pierpaoli, GVC MADAD Coord, email: [email protected]

    9.2 The Contracting Authority will provide written clarifications to all interested bidders that would have

    requested a copy of the tender according to the deadline specified in the timetable (art. 2)

    9.3 Tenderers may alter or withdraw their tenders by written notification prior to the deadline for submission

    of tenders referred to in Article 2. No tender may be altered after this deadline. Withdrawals must be

    unconditional and will end all participation in the tender procedure.

    9.4 Any such notification of alteration or withdrawal must be prepared and submitted in accordance with

    Article 3. The outer envelope must be marked 'Alteration' or 'Withdrawal' as appropriate.

    9.5 No tender may be withdrawn in the interval between the deadline for submission of tenders referred to in

    Article 3 and the expiry of the tender validity period.

    10. Evaluation of Offers

    The Evaluation Committee will check that the offers comply with the essential requirements of the present

    invitation, including the administrative compliance and technical admissibility of each offer. An offer is deemed

    to comply if it satisfies all the conditions, procedures and specifications in the present dossier.

    The evaluation committee will award the contract on the basis of price, quality, compliance with international

    norms, and timing of delivery (pls refer to the table for evaluation in Annex II).

    11. Cancellation of negotiated procedure

    In the event of procedure's cancellation, the consultant will be notified by the Contracting Authority.

    Cancellation may occur where:

    a) the negotiated procedure has been unsuccessful, namely where no qualitatively or financially worthwhile offer has been received or there has been no response at all;

    b) the economic or technical parameters of the project have been fundamentally altered; c) exceptional circumstances or force majeure render normal performance of the project impossible; d) all technically compliant offers exceed the financial resources available; e) There have been irregularities in the procedure, in particular where these have prevented fair

    competition.

    mailto:[email protected]:[email protected]

  • 6

    In no circumstances GVC will be liable for damages, whatever their nature (in particular damages for loss of

    profits) or relationship to the cancellation of the procedure, even if GVC has been advised of the possibility of

    damages. The invitation to submit quotations does not commit GVC to implement the project announced, and

    the signing of the contract is bound by the donor financing.

    12. Signature of the Contract

    12.1 The result of the negotiated procedure will be communicated to all tenderers in writing or by email.

    12.2 Contracts shall be signed by the tenderer individually with each NGO partner of the consortium within the deadlines specified in the timetable (art.2). Upon signing the contracts, the successful tenderer will become the Contractor and the contracts will enter into force (expected number of contracts is approximately 3).

    D. CONTRACTUAL CLAUSES

    13. Non-conformity of delivery

    13.1 Quality and condition - Should the quality or the conditions of the items not satisfy the requirements of

    the contract, the modification shall be executed as soon as possible, at the latest within 7 days from the

    discovery of the non-compliance.

    14. Payment procedure and conditions

    14.1 All payments will be carried out in USD via bank transfer or check to the Contractor’s bank account.

    14.2 Payments will occur only after verification of the compliance of the supply with the Technical offer

    submitted by the Contractor and upon receipt of an original invoice issued by the Contractor.

    14.3 Payment to the awarded consultant will be made as per the following scheme:

    For deliverables 5.1-5.2-5.3-5.5

    • 50% at the presentation of draft report/product for each deliverable

    • 50% at the presentation of the final report/product for each deliverable.

    For deliverables 5.4

    • 100% at the completion of each deliverable

    14.4 Payments are completed within 30 days from the presentation of the invoice.

    15. Termination of the contract

    15.1 The Contracting Authority may, after giving the consultant 3 (three) days' notice, terminate the contract in

    the following cases:

    a) The Consultant substantially fails to perform its obligations under this contract;

    b) The Consultant fails to comply within a reasonable time with a notice given by the Contracting

    Authority representative requiring him to perform his obligations under the contract which

    seriously affects the proper and timely performance of the duties.

    16. Force majeure

    16.1 Neither party shall be considered to be in default or in breach of its obligations under the contract if the

    performance of such obligations is prevented by any event of force majeure arising after the date of

    notification of award or the date when the contract becomes effective, whichever is earlier.

    17. Settlement of disputes

    17.1 All disputes between contractual parties arising from implementation of the tasks herein that cannot be

    automatically settled shall be referred to the exclusive jurisdiction of the concerned Lebanese Court.

  • 7

    ANNEX I: Communication Consultancy TORs Tender Ref.: GVC/LEB/MAD-COORD-2017/LOT-01

    1. Details of the Project

    1.1. Background

    The action was designed to address the immense water needs of both Refugees and Host Communities in Lebanon. The Water Scarcity in the region and the increased demand for water by Refugees has caused severe shortages in water and reduction of water resources, both in aquifers and surface waters. Water Supply is, as well, intermittent, particularly, in Lebanon, which has the greatest burden of Refugees, compared to host population. Additionally, non-revenue of water accounts for more than 50% of total water (Interagency Reports in Jordan and Lebanon 2013, 2014). Let alone the great need for a reliable supply of water, upon recent surveys, it appears, that, in Lebanon, more than 70% of people are unsatisfied with the water service they receive. Even in areas, where the infrastructure is less than 5 years old, customers believe, that the management and the service are poor (GVC 2015). Moreover, due to this poor and unreliable water service, Host Communities and, particularly, Refugees are forced to spend more than 10% of their monthly budget on water (generally, 5% is the limit considered by international standards). The programme will, therefore, provide reliable access to water to Syrian Refugees and Lebanese Host Communities, through the improvement of existing water infrastructures, including drilling or upgrading of existing boreholes, the rehabilitation and extension of water networks, the increasing of water storage and supply capacities, and the reduction of water losses in the networks. Furthermore, these families will reduce their water expenditures, as the public service will fulfil all of the daily water needs (drinking and domestic use), reducing dependence from alternative sources and private suppliers.

    Overall Objective: The projects aim at ensuring the provision of reliable and sustainable water services to Syrian Refugees and Host Communities, by strengthening infrastructural and managerial capacities of local Water Establishments. Results: 1: Improved access to potable, treated water supply, for vulnerable HHs, affected by the Syrian crisis; 2: Improved capacity of Lebanese Water Establishments (W.E.s) to provide a quality service to all customers and collect water payment fees; 3: Reduced HH expenditure on water; 4: Increased regional knowledge sharing, between countries, affected by the Syrian crisis, on the impact of the crisis on Water Supply and Management. Main Activities: - Construct new or rehabilitate and upgrade existing infrastructure, in order to supply 24-hour water, within international quality standards; - Install water meters, at household connection level, in order to reduce N.R.W.; - Application of volumetric tariff, in collaboration with W.E.s, in all of the project areas, as a pilot experience for the whole country; - Build capacity of W.E.s, to manage water resources, by partnering with ACWUA, to train them on water meter reading, invoicing by volumetric tariff, and creating systems, for more active customer relation services; - Promote sensitization for target population, including Municipalities, in order to promote payment of fees and subscription to W.E.s.

    1.2. Actors and Stakeholders The project is being implemented by a Consortium of 3 NGOs with experience and knowledge of the Lebanese water context. The partners of the Consortium are respectively: GVC (leading NGO), CISP and CONCERN Worldwide. A 4th Regional Organisation, ACWUA, will provide the capacity building

  • 8

    and coaching for the Water Establishments’ staff. Each NGO is responsible of different pilot areas respectively in Bekaa, South and North Lebanon. More precisely, the NGOs ensure the execution of the civil and hydraulic works for water infrastructures upgrade and extension as well as conceive and implement the awareness and communication campaign in each program area. The NGOs also assist and accompany the local staff of the Water Establishments in implementing technical activities such as creating a customer database, metering consumptions and follow-up. Furthermore, they will facilitate the dialogue between beneficiaries (Lebanese and Syrian), Municipalities and WEs. The Water Establishments are the key stakeholders of the project. In particular the NLWE, the SLWE and the BWE represent the Governmental counter parts of the project that will contribute to the implementation of the project activities, by actively participating, guaranteeing personnel in the field and promoting the project aim and purpose at Regional level. The 3 WEs are at the same time also beneficiaries of the projects for receiving trainings and capacity building for their managerial and operational staff and because the completed water infrastructures will be handed over to them.

  • 9

    1.3. Areas of Intervention The targeted beneficiaries are Syrian refugees and the host populations where they are living, and the programme will support a total of 143.000 individuals (out of which 17,000 Syrians), living in Qatalbah, Basatine and Halba (Akkar – North Lebanon), Maydlaya and El Fouar (Zgharta District – North Lebanon), Qaa, Labwe, Ain, Nabi Osmane, Zabboud, Bejjeje, Khoder, Moqraq, Noqra and Bezalie (North Bekaa), and Bint Jbeil (South Lebanon), as detailed in the table and the map.

    Table 1: Target Municipalities within the Project Intervention

    Figure 1: Map of the Project' Partners and Interventions

    Implementing agency

    Municipality Caza Governorate Affiliated WE Population

    Concern World Wide Qatalbah Akkar North Lebanon NLWE 3.200

    Basatine 1.250

    Halba 29.514

    CISP El Fouar Zgharta

    12.000

    Maydlaya 30.000

    Bint Jbeil Bint Jbeyl South Lebanon SLWE 10.000

    GVC Nabi Osmane North Bekaa BWE 5.200

    Labwe 15.000

    Bezalie-Moqraq-Noqra

    7.900

    Ain 14.000

    Bejjeje-Zabboud 2.680 Qaa 6.600

    Khoder 5.850

    143.194

  • 10

    2. Rationale of the Project Communication Strategy

    In order to guarantee a sustainable and reliable water service provision in the target areas, one of the project’ main objectives is to influence the behaviour of the target communities, enhancing their trust toward the Water Establishments as well as increasing their willingness to subscribe and pay for the public water supply service. To such purpose the project intends to develop a communication strategy that will:

    - raise the awareness among the target communities about the project, its objectives and the long-term benefits of subscribing and paying for reliable water supply services;

    - promote the public water services among the project areas; - incentivize subscriptions and payment to the public water network.

    3. Scope of the Consultancy Service

    The consortium seeks to recruit a communication expert(s) to assist the implementation of the project communication strategy.

    A series of communication tools has already been developed during previous projects implemented by the partners of the Consortium.

    Under the direction of the Programme Coordinator and in close collaboration with the other members of the consortium, the expert will assist the team in selecting and further developing the most effective communication tools to be used so to effectively influence the behaviour of the target communities, enhancing their trust toward the Water Establishments as well as increasing their willingness to subscribe and pay for the public water supply service.

    Final objective is the standardisation of the most effective communication tools in order to become part of Water Establishments future communication strategy.

    4. Key Accountabilities and Duties of the Communication Expert

    4.1. Assessment of communication approaches already used by concerned Water Establishments (NLWE, SLWE, BMLWE) or best practices developed within comparable projects that have been conducted in collaboration with Establishments and capitalisation of existing learnings. This activity should be tendered by simply fixing the daily cost of consultancy fee upon a forfeit number of days that is 5 for the whole activity. The exact methodology and needed number of days would be defined in agreement with the Consortium coordinator before signature of the contract.

    4.2. Starting from the tools already developed by the Consortium, analysis of the key audience for single target areas and evaluation and ranking of the same tools in terms of expected effectiveness. This activity should be tendered by simply fixing the daily cost of consultancy fee upon a forfeit number of 2 days for each area of project. The exact methodology and needed number of days for each project area would be defined in agreement with the Consortium coordinator before signature of the contract.

    4.3. Starting from the tools already developed by the Consortium, assistance for proper development of single tools (brochure, video, posters, newsletter, websites, etc.) that will be used by the Consortium or by single NGOs during the implementation of their communication strategies.

    4.4. Assistance in the conception of the main messages/slogans (local or national) to be used during the implementation of the communication campaigns;

    4.5. Definition of a monitoring plan and methodology for assessing the communication strategy progress and the effectiveness of the tools used in the project.

  • 11

    5. Deliverables

    5.1. Report, related to the assessment of existing communication strategies implemented by NLWE, SLWE and BMLWE (the report should annex interviews and consultations with relevant stakeholders and target groups including field visits to the project sites) (see point 4.1);

    5.2. Draft an inception report assessing the audience of the selected target localities, advising on the most effective communication tools to be used (from the list already developed) and expected capacity of outreach of each tool;

    Draft a final report with recommended tools and methodologies to be applied by the Consortium, and proposal of a methodology to monitor and assess the effectiveness of the communication strategy and tools used in the project all along the project.

    5.3. Annual Evaluation of the implementation of the communication strategy

    5.4. Design and development of the communications tools selected by the consortium. In particular: General project brochures, Animated Infographic video, Poster and Flyers for Subscription Campaign/Special Offers, Newsletter and Website, etc. These items could be requested by the Consortium or single NGOs all along the implementation of the program and will be paid on a unit cost basis;

    5.5. Develop visibility products for the project. These items could be requested by the Consortium or single NGOs all along the implementation of the program and will be paid on a unit cost basis.

    6. Timetable for the Consultancy Service

    CODE Deliverables Duration for completion Review & Approvals

    5.1 Consultations with Water Establishments 2 weeks from signature of

    Contract

    Consortium

    5.2

    Field visits, Interviews with stakeholders and Draft and presentation of the first report

    4 weeks from signature of

    Contract

    Consortium

    Final report including proposal for a

    methodology for monitoring and

    evaluation

    3 weeks from approval of

    inception report (point 5.2)

    Consortium

    5.3 Annual evaluation 1 month from request Consortium

    5.4 Design of the brochure of the project 2 weeks from request Consortium/Single NGOs

    Design of Poster and Flyers for Subscription Campaign and other Special Offers

    2 weeks from request Consortium/Single NGOs

    Conception and development of Newsletter (or other tools)

    2 weeks from request Consortium/Single NGOs

    Short Animated video for policy promotion (expected around 2 min length)

    3 months from request Consortium

    Development of Website graphic (e.g.: Front-end layout design; Website logo; Home page; Header; Footer; Content page; Backgrounds, fonts, colors, buttons)

    2 months from request Consortium

    5.5 Develop visibility products for the project 2 weeks from request Consortium

  • 12

    7. Skills and Experience Required

    - Strong track record in developing communication strategies and behavioral change campaigns for both humanitarian and private sector;

    - Demonstrated knowledge and experience in using technical software for graphic design (Photoshop etc.);

    - Experience in producing communication products in a variety of formats and languages; - Professional Experience in the Water Sector would be considered an asset; - knowledge of Lebanese water institutional framework and good understanding of the socio-

    economic and cultural aspect of water services in Lebanon would be considered an asset; - Strong interpersonal skills and experience of working with a range of stakeholders from NGOs,

    Donor, and communities.

  • Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    Annex II - FINANCIAL AND TECHNICAL OFFER

    Tender Ref GVC/UNHCR/LEBANON/LOT/02

    The consultant should prepare a detailed proposal outlining its approach, with a budget and timeline, examples of relevant/similar work experience and CV / credentials to: by June 2017. GVC retain the possibility to do not assign the contract at all, or to proceed with direct negotiations with the best tenderers, in case the economical offers presented will overcome the budget available for this activity.

    The criteria for evaluation of the offers are listed in the following table:

    1

    Specific steps that the consultant will follow for assessing the context and modality of implementation. If the consultant verifies the need to use a questionnaire or survey methodology, an example of possible questions should be presented. Knowledge of Lebanese Water Sector of the consultant will be assessed from the presentation of the methodology.

    20 points

    2

    CV and Proofs of similar experiences in:

    - communication campaigns and/or application of education techniques to promote behavioral change (especially in the domain of public policies);

    - example of previous visibility products developed

    40 points

    3 Presentation of cost estimation (upon format annexed) 40 points

  • Page 14 of 17

    Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    Cost estimation should be based upon the following table*

    CODE ACTIVITY Description Location Ref type of cost Estimated Number

    of units (*) Unit cost

    5.1 Approaches review

    Assessment of the communication approaches already used within comparable projects in the WES and related target areas and develop existing learnings

    SLWE, NLWE, BMLWE (expected 8 days of work)

    Consortium lump sum 1

    5.2 Audience analysis

    - Analysis of the key audience - Analysis most effective tools for reaching the audience - Proposition of key messages - Methodology for conducting annual evaluation (for the whole project)

    South (Bint Jbeil – 7.000 hab – expected 2 days of work)

    CISP lump sum 1

    El Fouar (North - 8.890 hab – 2 days) CISP lump sum 1

    Majdalaya (North – 25.000 hab – 2 days) CISP lump sum 1

    Qatalbeh (Akkar – 3.200 hab- 2 days) CONCERN lump sum 1

    Basatine (Akkar – 1.000 hab – 2 days) CONCERN lump sum 1

    Halba (Akkar – 20.178 hab – 2 days) CONCERN lump sum 1

    Aassoun (Akkar – 4.312 hab – 2 days) CONCERN lump sum 1

    Mrah Sraj (Akkar – 2.438 hab- 2 days) CONCERN lump sum 1

    5.3 Monitoring & Evaluation

    Intermediate and final evaluation of the communication strategy and the tools used in the project

    all localities of the project Consortium Unit cost per yearly

    evaluation 3

    5.4 Tools development

    Flyer A5 - content revision & graphic design Each NGO upon

    request per edition 10

    Brochure A4 - content revision & graphic design Each NGO upon

    request per edition 10

    Newsletter A4 - content revision and harmonization, graphic design

    Each NGO upon

    request per edition 20

    Poster & Banners - content revision & graphic design Each NGO upon

    request per edition 5

    Animated video (approx. 2 min) Consortium Lump sum 1

    Development of Website graphic Consortium Lump sum 1

    5.5 Visibility products

    Graphic design Consortium visibility: logo, T-shirt, vest, cap, banner

    Consortium lump sum 1

    (*) the contract object of this tender is a framework contract and the contracting authority cannot be bound in any case to any minimum quantity for any of the items or services. The number of

    units indicated in this column has the only objective to give to the bidder an estimation of the expected quantities that could be requested during the contract and to allow realistic financial

    comparison between offers.

  • Page 15 of 17

    Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    Annex III - QUOTATION SUBMISSION FORM

    Tender Ref.: GVC/LEB/MAD-COORD-2017/LOT-01

    The undersigned, hereby declare that:

    1. We have examined and accept in full the content of the Dossier, and its provisions, without reservation or

    restriction.

    2. We offer to deliver, in accordance with the terms of the Dossier and the conditions and time limits laid down,

    without reserve or restriction, the items listed in ANNEX II.

    3. This offer is valid for a period of 90 days from the date of submission of quotation.

    4. Our company has the following nationality: (……………………………………………………………)

    5. We agree to abide by the ethics clauses that we have no potential conflict of interests or any relation with

    other candidates or other parties in the Tender Procedure at the time of the submission of this application.

    6. We note that the Contracting Authority is not bound to proceed with this offer and that it reserves the right to cancel the procedure of to award only part of the contract. In no event will the Contracting Authority be liable for damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of a Tender procedure.

    Company name

    Company address

    Name and Surname of the

    Consultant’s representative

    Mobile/telephone

    Fax

    E-mail

    Place and date

    Name of the Consultant’s Representative Signature and stamp

    Place and date

  • Page 16 of 17

    Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    ANNEX IV Tender Ref.: GVC/LEB/MAD-COORD-2017/LOT-01

    DECLARATION ON ETHICAL STANDARDS AND RIGHT OF ACCESS I, the undersigned, Mr./s………………………………………………………………………………representative of the Company

    …………………………………………………………………………………………………declare to understood and to comply with the

    following rules governing the award of procurement contracts within the framework of actions financed by the

    European Commission - Humanitarian Aid & Civil Protection (ECHO).

    General Principles

    For the duration of the contract the Consultant and his staff declare to respect human rights, not exploitation of child labour, and to respect the basic social rights and working conditions.

    Contracting Authorities shall reject any proposal put forward by tenderers or candidates, or, where applicable, terminate their contract, if it is determined that they have engaged in corrupt, fraudulent, collusive or coercive practices.

    - Corrupt practice is defined as is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to introduce improperly the activities of the contracting Authority

    - Fraudulent practice is any act of omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, the Contracting Authority to obtain a financial or other benefit or to avoid an obligation

    - Collusive practice is an undisclosed arrangement between two or more tenderers or candidates designed to artificially alter the results of the tender procedure to obtain a financial or other benefit

    - Coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any participant in the tender process to influence improperly its activities.

    The Contracting Authority shall inform immediately the European Commission - Humanitarian Aid & Civil Protection (ECHO) in writing in the event of being confronted by these practices, and provide all the relevant information. They shall inform the European Commission - Humanitarian Aid & Civil Protection (ECHO) under the same terms about any suspected or established breach of the present rules as well as in case of any situation likely to constitute a conflict of interest. GVC Code of Ethics and Fraud Prevention Policy GVC, carrying out its activities and managing its own relationship, refers to the contents of its Code of Ethics and Fraud Prevention Policy. Violations of the provisions contained in the Code of Ethics and Fraud Prevention Policy by the contractual parties, may lead, depending on the gravity of the violation, to terminate this contract and demand payment of damages. The Consultant and its staff shall be obliged to maintain professional secrecy for the entire duration of the contract and after its completion. All reports and documents drawn up or received by the Consultant shall be confidential. Right of access and controls The Consultant shall supply the Contracting Authority on request with all supporting documents relating to the conditions of the contract's execution. The Contracting Authority may carry out whatever documentary or on-the-spot checks it deems necessary to find evidence in cases of suspected unusual commercial expenses. Place and date Name of the Consultant’s Representative Signature and Stamp

  • Page 17 of 17

    Promoting Sustainable Management of Water Services and Resources in Countries Affected by the Syrian Crisis - TF-MADAD/2016/T04.20

    ANNEX V: FINANCIAL IDENTIFICATION FORM Tender Ref.: GVC/LEB/MAD-COORD-2017/LOT-01

    FINANCIAL IDENTIFICATION

    ACCOUT HOLDER

    NAME

    ADDRESS

    TOWN/CITY

    POST CODE

    CONTACT

    TELEPHONE

    FAX MAIL

    VAT NUMBER

    BANK

    NAME

    ADDRESS

    TOWN/CITY

    POST CODE

    COUNTRY

    ACCOUNT NUMBER

    IBAN CODE

    REMARKS:

    DATE + SIGNATURE of ACCOUNT HOLDER

    1. Details of the Project1.1. Background1.2. Actors and Stakeholders1.3. Areas of Intervention

    2. Rationale of the Project Communication Strategy3. Scope of the Consultancy Service4. Key Accountabilities and Duties of the Communication Expert4.1. Assessment of communication approaches already used by concerned Water Establishments (NLWE, SLWE, BMLWE) or best practices developed within comparable projects that have been conducted in collaboration with Establishments and capitalisation of e...4.2. Starting from the tools already developed by the Consortium, analysis of the key audience for single target areas and evaluation and ranking of the same tools in terms of expected effectiveness. This activity should be tendered by simply fixing ...4.3. Starting from the tools already developed by the Consortium, assistance for proper development of single tools (brochure, video, posters, newsletter, websites, etc.) that will be used by the Consortium or by single NGOs during the implementation ...4.4. Assistance in the conception of the main messages/slogans (local or national) to be used during the implementation of the communication campaigns;4.5. Definition of a monitoring plan and methodology for assessing the communication strategy progress and the effectiveness of the tools used in the project.5. Deliverables5.1. Report, related to the assessment of existing communication strategies implemented by NLWE, SLWE and BMLWE (the report should annex interviews and consultations with relevant stakeholders and target groups including field visits to the project si...5.2. Draft an inception report assessing the audience of the selected target localities, advising on the most effective communication tools to be used (from the list already developed) and expected capacity of outreach of each tool;Draft a final report with recommended tools and methodologies to be applied by the Consortium, and proposal of a methodology to monitor and assess the effectiveness of the communication strategy and tools used in the project all along the project.5.3. Annual Evaluation of the implementation of the communication strategy5.4. Design and development of the communications tools selected by the consortium. In particular: General project brochures, Animated Infographic video, Poster and Flyers for Subscription Campaign/Special Offers, Newsletter and Website, etc. These it...5.5. Develop visibility products for the project. These items could be requested by the Consortium or single NGOs all along the implementation of the program and will be paid on a unit cost basis.6. Timetable for the Consultancy Service7. Skills and Experience RequiredDECLARATION ON ETHICAL STANDARDS AND RIGHT OF ACCESS