|
General Information
|
|
Country:
|
Vietnam
|
|
City/Locality:
|
Hanoi
|
|
Publication Date:
|
Jan 13, 2025
|
|
Deadline (local time):
|
February 15, 2025 - 17:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
Agence Française de Développement - Buyer
|
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
AFD Vietnam
28 Thanh Niên Tây Hồ District
Hanoi 10000
Vietnam
|
|
E-mail:
|
nguyenbl@afd.fr
|
|
Web site::
|
http://www.afd.fr
|
|
|
Documents attachés
|
|
- Solicitation (69 KB; Jan 13, 2025)
- Solicitation (173 KB; Jan 13, 2025)
- Pièce jointe (56 KB; Jan 13, 2025)
- Pièce jointe (2 MB; Jan 13, 2025)
- Solicitation (173 KB; Jan 13, 2025) Download documents
|
|
Original Text
|
CONSULTATION LETTER
- Subject: CVN1228 - Technical assistance for the "resilience and adaptation to climate change in Vietnam" WARM coordination platform (« WARM Technical Platform »)
- Case followed by: NTA/ALB
Dear Madam/Sir,
AFD is honoured to call on you for the consultation mentioned above. Please be aware of the submission requirements outlined in this consultation letter, as well as the
attached package which consists of: (i) terms of reference, (ii) a proposed contract, (iii) a financial annex.
1. Purpose of the consultation
Agence Française de Développement (hereinafter “AFD”) has received a financing from European Union, and intends to use part of the funds thereof for payments of the
Service under the following WARM Facility (hereafter “Facility”).
AFD wishes to broaden its dialogue with the Government of Vietnam in the field of climate change resilient transition. This dialogue takes shape through the financing of
infrastructure projects that contribute to climate change adaptation in the country"s secondary cities/provinces, and the support to public policy dialogue with the
Vietnamese authorities, at national level and at provincial level.
In this context, the Facility was designed to respond to the various needs of the Vietnamese national and provincial stakeholders involved in water and natural resource
management in urban and rural environments (e.g. urban resilience, irrigation, floods management, coastal erosion, etc.) in response to climate change effects.
On May 2020, the Facility was launched by the European Union and AFD, with an initial budget of EUR 20 million, to make at-risk areas more resilient to climate change,
particularly on Vietnam"s coasts and in the Mekong Delta. On October 2024, additional financing of up to EUR 13 500 000 was secured to complete the Facility, further
advancing its overall objective of enhancing the resilience of populations and economics activities to water-related hazards. This includes building more resilient cities
and territories to climate change and natural hazards, improving urban planning; and promoting integrated water management and/or integrated coastal zone management.
The Facility has three specific objectives:
1. to improve the resilience to climate change of communities in vulnerable areas;
2. to support and optimize environmental and social performance of projects related to water and natural resources management in a context of climate change;
3. to support policy and strategic dialogue related to water and natural resources management in a systemic approach by addressing water and flooding management at the
river basin level and risk-sensitive urban planning.
Through the component 4, the Facility aims to enhance sectoral policy dialogue, expand knowledge within its thematic sectors, increase the visibility of the projects
funded by the Facility, and strengthen both coordination and accountability.
Leveraging the Facility’s direct involvement in 10+ concurrent projects addressing climate change adaptation, water management and natural resources conservation across
various regions of Vietnam, the Facility proposes to establish a Coordination Platform in 2025. This Platform will facilitate collaboration between the Facility and
CRUIV-supported provinces to address common technical challenges and foster a bottom-up exchange of lessons learned from WARM-supported projects between the provinces and
the central-level ministries.
The Services of the Consultant shall consist of the following missions:
i. Mission 1 – Undertake the diagnosis and propose 9Y roadmap as well as a 9 month action plan (2 months)
ii. Mission 2 – For 2 selected themes, support the various Working Groups (WG) in their implementation, their activities, and the communication of their proposals and
results (Y1)
iii. Mission 3 – Study the feasibility and propose the governance of the WARM Platform from the year 2 to the end (Y1 – final report).
iv. Mission 4 - Implementation Support to WARM Steering Committee
AFD invites you to submit an offer for the following services: Technical assistance for the "resilience and adaptation to climate change in Vietnam" - WARM coordination
Platform (« WARM Technical Platform »).
Your proposal must meet the presentation requirements described in this consultation, and include any additional information that you consider relevant.
2. Conditions of dispatch and deadline for delivery of the covers
Your offer must be received by 17.00 Hanoi time on 15 February by e-mail (using the standard Microsoft Office or equivalent versions) at nguyenta@afd.fr; vasseurd@afd.fr
and lebihana@afd.fr.
In this case, your email response should not exceed 6 MB. If this is the case, please split your response into several emails. The period of validity of tenders is 90 days
from the deadline for receipt of tenders.
3. Presentation of applications and offers
Your offer, written in English (or French), must include the following:
1. Application documents: a certificate of honour (see Annex 1)
2. Tender documents
Responses will be required to follow the following template:
A. Summary of your offer:
A.1 - Understanding of AFD’s expectations
A.2 - Summary of the steps in your intervention
A.3 - General Mission Schedule
B. Strengths and Added Value of your offer to carry out this mission
C. Detailed description of your offer:
C.1 - Detailed description of proposed steps (diagnosis, analysis, action plan, reporting, etc.)
C.2 – Resources and Methods to be implemented
C.3 – Key Stakeholders and practical methods of piloting the mission
C.4 - Detailed Deliverables Table
C.5 - Detailed planning and timetable
D. Recommendations of the Service Provider for the successful completion of the mission
E. Presentation of the Short Term Expert that will be involved in this mission:
CVs (maximum 3 pages per expert)
F. Detailed financial proposal (based on the financial annex attached)
G. The completed draft contract
The answers to this consultation must be simple, concise and must respect the imposed format.
4. Bid judging
Incomplete proposals, delivered late or that do not meet the need expressed by AFD will not be accepted. Compliant bids will be judged and scored against the following
weighted judgement criteria:
Criteria Weighting
1 - Price of services 20%
2 - Technical value 80%
2.1 – Quality of the methodology, organisation and means used to guarantee the performance of services 30 pts
2.2 - Demonstration of the skills, experience and knowledge of teams assigned to perform services 50 pts
After reviewing the offers, AFD reserves the right to enter into negotiations with all candidates who have submitted the most interesting offers in light of the criteria
and weighting defined above.
AFD also reserves the right to award the contract on the basis of initial offers, without negotiation.
Where appropriate, in the context of these negotiations, successful candidates may be invited as many times as necessary by the contracting authority, under strict
conditions of equality, to specify, supplement or modify their offer without substantial changes being made to the specifications.
A candidate who refuses to negotiate will be deemed to have maintained his last offer.
AFD reserves the right to organise several rounds of negotiations with all successful candidates.
5. Inquiries
For any additional information you may require, please contact us at the address indicated in the header of this consultation letter. Any questions concerning this
consultation may also be addressed by e-mail to: lebihana@afd.fr / vasseurd@afd.fr/ nguyenta@afd.fr. Answers to candidates" questions will be sent exclusively by
e-mail.
We remain at your disposal for any further information and please accept, Madam/Sir, our distinguished greetings.
-----------------------------------
Appendix 1 - Statement of Integrity, Eligibility and Social and Environmental Responsibility
This Call for proposal aims to:
Presentation of the candidate:
If the applicant is applying as one member of a consortium: (describe the consortium)
1. We hereby certify that neither we nor any other member of our joint venture or any of our subcontractors are in any of the following situations:
1.1) 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;
1.2) having been convicted, within the past five years by decision of a court decision, which has the force of res judicata in the country where the project is implemented
or of any other offense committed during the procurement or performance of a contract;
1.3) 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;
1.4) having committed serious professional misconduct within the past five years during the procurement or performance of a contract;
1.5) not having fulfilled our obligations regarding the payment of social security contributions or taxes in accordance with the legal provisions of either the country
where we are established or the Contracting Authority"s country;
1.6) having been convicted, within the past five years by a court decision, which has the force of res judicata, of one of the acts mentioned in sections 5.1 to 5.4 below
or of any other offense committed during the procurement or performance of an AFD-financed contract;
1.7) being subject to an exclusion decision of the World Bank since 30 May 2012, and being listed on the website http://www.worldbank.org/debarr ;
1.8) having committed misrepresentation in documentation requested by the Beneficiary as part of the contract procurement procedure.
2. In the case of a works or goods procurement procedure:
i. having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation that are subject of the
bid;
ii. 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;
3. If we are a government-owned entity, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
4. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 1 to 4 here above.
5. In the context of procurement and performance of the contract:
5.1) 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.
5.2) 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.
5.3) 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, 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.
5.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any private 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 private person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations.
5.5) 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.
5.6) Neither we nor any of the members of our joint venture or any of our subcontractors shall acquire or supply any equipment nor operate in any sectors under an embargo
of the United Nations, the European Union or France.
5.7) We commit ourselves to comply with and ensure that all of our subcontractors 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 such as specified in the environmental and social
management plan or, if appropriate, in the environmental and social impact assessment notice provided by the Contracting Authority.
6. We, as well as members of our joint venture and our subcontractors authorise AFD to inspect accounts, records and other documents relating to the procurement and
performance of the Contract and to have them audited by auditors appointed by AFD.
Name: ___________________ In the capacity of _____________________
Signature: _____________________________
Duly empowered to sign the proposal in the name and on behalf of ____________________
|
|
|
|