General Information
|
Country:
|
Iraq
|
City/Locality:
|
Baghdad
|
Publication Date:
|
Dec 30, 2024
|
Deadline (local time):
|
February 24, 2025 - 13:00
|
Agency:
|
Agence Française de Développement (AFD)
|
Buyer:
|
IRAQ - Ministry of Construction and Housing & Public municipalities (MOCHPM)
|
Eligibility of Bidders:
|
Financial Capacities:
1. Certified statements of financial capacity of the lead firm and all members of the consortium for the last three years (2021-2022-2023) showing the necessary turnover (proof
documents: balance sheets and profit and loss accounts. Documents must be in English language (or original with authorised translation) and issued by a certified auditor);
2. All parties combined (in case of a JV) or the sole firm must have an average annual turnover over the last 3 years (2021-2022-2023) of at least EUR 15,000,000. In the case of a
JV, the lead firm must meet at least 50% of this requirement. If applying for both lots, the JV and its lead firm must meet double this criterion.
3. In addition, the applicant (in case of a JV all members) shall prove its solvency by presenting confirmation of a valid guarantee limit / credit line of EUR 2M from its bank,
which must not be more than six months old;
Security:
Due to the security risk in the areas where the Services are to be performed, the evaluation of Expressions of Interest will verify that the applications meet the following
criteria:
1. The Applicant has at least one experience providing services in an area with a similar security risk, for which it shall provide proof of implementation of security measures
(invoice or contract with a security service provider, proof of security awareness training before departure on-site, etc.);
2. The Applicant has set up internal security management procedures: it shall provide a description of its monitoring system and crisis management system;
3. For services provided abroad, the Applicant has entered into an assistance and repatriation contract for its employees: it shall provide the certificate evidencing such
contract;
4. The Applicant shall describe its standard preparation process for departure on assignment in sensitive areas, and shall attach documents proving its implementation (service
orders with related instructions, certificates of awareness-raising or training actions, etc.).
Technical Capacities:
Applicants must provide evidence demonstrating their qualifications and experience to perform the required Services. To support this, they must submit documented proof of recent
and comparable services, such as completion certificates from Employers or Donors, or copies of ongoing contracts accompanied by a letter from the Employer detailing the Services
performed.
If not originally in English, all documentation provided shall be translated in English.
In order to be considered for evaluation, each presented reference shall meet the following conditions:
- Worldwide experiences are expected;
- Contract completion date shall not be older than ten years;
- On-going references: more than 70% of services have been rendered within the timeframe of the last five years;
- In case of a joint-venture application, the JV lead Partner must present contract references along with the JV agreement in which he acted as the lead partner or as sole
consulting firm to be taken into account;
- In case of a sole consulting firm application, the applicant must present contract references in which he acted as the lead partner or as sole consulting firm to be taken into
account.
|
Original Language:
|
English
|
|
Contact information
|
Address:
|
Ihsan Sattar Majhool
Project Management Team leader
IRAQ - Ministry of Construction and Housing & Public municipalities (MOCHPM)/Office of Externally Funded Projects
Iraq
Baghdad-Al-Karkh
Baghdad, Baghdad
Iraq
|
Telephone:
|
+9647813011556
|
E-mail:
|
afd.mochm.pmt@gmail.com
|
Web site::
|
https://www.moch.gov.iq/
|
|
|
Assignments
|
|
-
71311300 - Infrastructure works
consultancy services
|
Documents attachés
|
|
- Solicitation: Request for Expression of Intrest (593 KB; Dec 30, 2024) Download
documents
|
Original Text
|
Republic of Iraq
Ministry of Construction, Housing Municipalities and Public Works
Office Of Externally Funded Projects
Sanitation and rainwater drainage project in Al Khalidiya (Governorate of Al Anbar) and Al Hamza (Governorate of Al Diwaniyah)
-
Implementation Consultant
CONSULTING SERVICES
Request for expressions of interest
December 2024
Funded by
CONSULTING SERVICES
Request for expressions of interest
The Republic of Iraq has received a financing from Agence Française de Développement (AFD), and intends to use part of the funds thereof for payments under the following
project “Implementation Consultant (IC) for the Sanitation and rainwater drainage project in Al Khalidiya (Governorate of Al Anbar) and Al Hamza (Governorate of Al
Diwaniyah)”.
The project is implemented by a dedicated Office of Externally Funded Projects/Project Management Team (PMT) at the Ministry of Construction, Housing, Municipalities and
Public Works (MoCHMPW).
The Services of the Consultant shall consist of the activities presented in the below table (“”WW” stands for wastewater). It is expected the Request For Proposal
will display the following lots:
• Lot 1: activities related to Al Khalidiya
• Lot 2: activities related to Al Hamza
The short-listed Applicants will be allowed to submit a Proposal for Lot 1 or Lot 2 or both. The Applicant shall specify in his Expression of Interest if he is ready to
prepare a Proposal for Lot 1 or Lot 2 or both.
Activity Tasks to be performed
WW operational Consulting services for preparing a review and benchmark of existing WWTPs in Iraq (current practices and performances).
WW monitoring Consulting services for WW quality and quantity monitoring at various locations within the Project Area.
Social outreach Social outreach and communication services, including awareness campaigns with local communities and establishment of Users Committee
Support Supply of office equipment and IT equipment and GIS software and training
Capacity building services for local Departments of Sewerage
Network and WWTP Consulting services for the construction of a WW network and a stormwater network, and a WWTP in both localities. The services are divided into three
steps :
Step 1 : Design and tender documents
• Develop initial designs for the networks and the Water Treatment Plant (WTP)
• Conduct topographic and geotechnical surveys
• Prepare ESIA (Environmental & Social Impact Assessment), ESMP (Environmental & Social Management Plan) and Resettlement Action Plan (RAP), as per World Bank
standards
• Update the preliminary design for the networks :
o Update the preliminary design to address identified technical and E&S issues
o Create work packagings and associated schedule of prices
o Breakdown works into specific schedule of prices
o Develop Technical drawings for the network systems
o Produce a Design criteria report
• Support the Project Owner in securing land availability and clearing rights-of-way
• Preparation of a comprehensive cost estimate
• Develop complete bidding documents (ITB, draft contract, employer’s requirements)
Step 2 : Assistance to the PMT during tendering process
• prequalification process: preparation of advertisement for invitations to prequalify, assistance in responding to requests for clarifications, assistance in evaluating
the applications
• tender process: preparation of advertisement for invitations to prepare a bid, assistance in responding to requests for clarifications
• bid evaluation process and award : assistance in bids evaluation, negotiation meetings, preparing contract documents
Step 3 : Supervision of works and comissionning
• review and approval of all contractor’s detail design, plans and documents.
• for the WTP, review the proposed treatment processes, including the management of water discharge and sludge
• Permanent presence and supervision of works on site
• Time and expenditure control
• Reporting on project progress and risks, preparation of any amendments to the work contract
• Develop sustainable O&M guidelines in collaboration with the contractor
Approximate figures for Al Khalidiya :
• WW network : 150 km of pipes and 4 pumping stations
• stormwater network : 150 km of pipes and 4 pumping stations
• Hydraulic capacity of the WWTP: 25,000 m3/d
Approximate figures for Al Hamza :
• WW network : 80 km of pipes and 5 pumping stations
• stormwater network : 80 km of pipes and 7 pumping stations
• Hydraulic capacity of the WWTP: 30,000 m3/d
The estimated duration of the Services is 5 years.
The estimated cost of the Services is 5 million EUR for each lot.
The MoCHMPW hereby invites Applicants to show their interest in delivering the Services described above.
This Request for Expressions of Interest is open to:
Consulting firms q Individual consultants
q NGOs q Joint Venture between NGO(s) and consulting firm(s)
Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines/ February 2024 for AFD Financed Contracts in Foreign Countries",
available online on AFD’s website: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or
participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
a copy of the JV Agreement entered into by all members,
or
a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
The evaluation of applications will proceed as follows:
• Step 1: Availability and Compliance of Documentation (Pass or Fail)
Applications will be rejected if any required document is missing or non-compliant. Only compliant applications will advance to Step 2.
• Step 2: Evaluation of Applicants" Experience Based on Specific Criteria (Scoring)
If the number of eligible applications exceeds the maximum stated in the REOI after Step 1, a scoring system will be applied to assess applicants" experience according to
the defined criteria.
To comply with the Step 1 requirements, the Application shall encompass the following:
A. General documentations:
1. Covering Letter, comprising the firm’s name, address, contact person, telephone, fax and email. Should a co-operation between firms be proposed, the form of
co-operation should be mentioned (JV or Subconsuntant). In case of a JV, a maximum of 3 members shall be authorised. In addition, the firm should provide evidence that the
signatory of the covering letter has the powers of attorney, and the authority of both his firm and that of each party in the association to do so, attesting to their
agreement with this authority on their behalf;
2. Presentation of Firms showing the firms’ organization, main activities and expertise (max. 10 pages per firm, no brochures!). In case of a co-operation between firms
it must include the main specialisation of each party;
3. Submission of a Declaration of submitting a proposal in case of being short-listed duly signed by the lead firm;
4. Statement on affiliations of any kind with other firms, which may present a conflict of interest in providing the envisaged services, or a statement having no
affiliations of any kind. In case any firm forms part of a group of firms or holding, such firm shall disclose the relations between the group and holding members in the
statement of affiliations. If bidders co-operate, all participating parties, also sub-contractors, must provide this statement;
5. Statement of Integrity to observe the highest standard of ethics during the bidding process and the execution of the contract. Applicants should be aware that any
fraudulent or corrupt activities disqualify them immediately from participation in the selection process and will be subject to further legal investigation. The said
declaration shall be submitted and duly signed by the firm and by all co-operating parties according to the form in Annex 1;
6. Certificate of registration issued by the Securities and Exchange Commission (SEC), registrar of firms, or the relevant registration body of firms in their country of
origin, for each member of the Joint Venture (JV) or the sole firm;
7. Proof of tax payment or valid registration with the relevant Tax Department in their country of origin, for each member of the Joint Venture (JV) or the sole
firm;
8. Organisational structure of each party in the Joint Venture or Association indicating number and qualifications of in-house personnel, including home office,
backstopping and quality assurance personnel;
9. Presentation of the key technical staff of the Applicant – with regards to the nature of the Services (maximum 10 pages);
10. Demonstration of the Applicant’s Quality assurance procedures availability of a valid ISO 9001-Quality Management certificate or internationally recognized
equivalent (equivalence must be demonstrated) by the lead firm;
B. Financial Capacities
1. Certified statements of financial capacity of the lead firm and all members of the consortium for the last three years (2021-2022-2023) showing the necessary turnover
(proof documents: balance sheets and profit and loss accounts. Documents must be in English language (or original with authorised translation) and issued by a certified
auditor);
2. All parties combined (in case of a JV) or the sole firm must have an average annual turnover over the last 3 years (2021-2022-2023) of at least EUR 15,000,000. In the
case of a JV, the lead firm must meet at least 50% of this requirement. If applying for both lots, the JV and its lead firm must meet double this criterion.
Financial data 2 years before last year
2021
EUR 1 Year before last year
2022
EUR Last year
2023
EUR Average
EUR
Annual turnover
3. In addition, the applicant (in case of a JV all members) shall prove its solvency by presenting confirmation of a valid guarantee limit / credit line of EUR 2M from its
bank, which must not be more than six months old;
C. Security
Due to the security risk in the areas where the Services are to be performed, the evaluation of Expressions of Interest will verify that the applications meet the
following criteria:
1. The Applicant has at least one experience providing services in an area with a similar security risk, for which it shall provide proof of implementation of security
measures (invoice or contract with a security service provider, proof of security awareness training before departure on-site, etc.);
2. The Applicant has set up internal security management procedures: it shall provide a description of its monitoring system and crisis management system;
3. For services provided abroad, the Applicant has entered into an assistance and repatriation contract for its employees: it shall provide the certificate evidencing such
contract;
4. The Applicant shall describe its standard preparation process for departure on assignment in sensitive areas, and shall attach documents proving its implementation
(service orders with related instructions, certificates of awareness-raising or training actions, etc.).
Step 2: Evaluation of similar experience of the Applicants will be as follows:
A. Technical Capacities
Applicants must provide evidence demonstrating their qualifications and experience to perform the required Services. To support this, they must submit documented proof of
recent and comparable services, such as completion certificates from Employers or Donors, or copies of ongoing contracts accompanied by a letter from the Employer
detailing the Services performed.
If not originally in English, all documentation provided shall be translated in English.
In order to be considered for evaluation, each presented reference shall meet the following conditions:
- Worldwide experiences are expected;
- Contract completion date shall not be older than ten years;
- On-going references: more than 70% of services have been rendered within the timeframe of the last five years;
- In case of a joint-venture application, the JV lead Partner must present contract references along with the JV agreement in which he acted as the lead partner or as sole
consulting firm to be taken into account;
- In case of a sole consulting firm application, the applicant must present contract references in which he acted as the lead partner or as sole consulting firm to be
taken into account.
For each contract reference, the Applicant will provide a brief description of the nature of the services, the name of the client and its contact details, the contract
amount, the consultant"s share of the contract, the consultant’s share of the services rendered within the timeframe of the last five years for on-going references, the
period of execution of the services. In case of Joint-Venture, each partner will specify in the contract references presented whether he has acted as lead partner, member
of the JV or subcontractor.
In the case of a joint venture, the experiences of all members will be aggregated to calculate a combined total. However, the JV lead partner must contribute at least 50%
of the total experiences, whether they have acted as the lead partner or a JV member.
Criteria No. Technical Capacities - References Maximum Score Evaluation Modalities
1 References related to consulting service contracts in the field of wastewater and stormwater infrastructure
Minimum requirements of each reference:
Total contract amount must exceed EUR 1M excluding taxes 70
1.a Detailed technical studies under FIDIC General Conditions 18 2 points per reference; 3 points if the experience is located in the Middle East
1.b ESIA, ESMP, RAP following international standards (World Bank) 18 2 points per reference; 3 points if the experience is located in the Middle East
1.c Assistance in procurement (for contracts under FIDIC Yellow Book or equivalent) 18 2 points per reference; 3 points if the experience is located in the Middle
East
1.d Works supervision (for contracts under FIDIC Yellow Book or equivalent) 16 2 points per reference; 3 points if the experience is located in the Middle East
2 References related to services in the field of wastewater and stormwater utilities
Minimum requirements of each reference:
Total contract value must exceed EUR 100k excluding taxes 30
2.a Services/operations related to implementing digital transformation/IT tools and equipment, including training (SCADA, automatic leak detection systems, etc.) 10 2
points per reference
2.b Services/operations related to technical management (water quality monitoring, water resource monitoring) 10 2 points per reference
2.c Services/operations related to communication services (awareness campaigns with local communities) 10 2 points per reference
Same references may be submitted for multiple criteria, if relevant.
The Applicant must have at least one experience in each criteria; otherwise the application will be disqualifed.
Among the submitted applications, the PMT will shortlist up to four (4) best evaluated Applicants per lot, to whom the Request for Proposals to carry out the Services
shall be sent, and a Consultant will be selected in accordance with the Quality and Cost based Selection (QCBS) method as per AFD"s procurement guidelines.
The Applicant shall prepare one original of the Expression of Interest and clearly mark it as “ORIGINAL.” In addition, the Applicant shall submit one hard copy and one
soft copy (on a USB stick) of the the Expression of Interest, and clearly mark it as “COPY.” If there is any discrepancy between the original and the copies, the
original shall prevail. The Original, the Copy and the soft copy shall be submitted in a sealed envelope.
Clarification of Request for Expressions of Interest Document
Requests for Clarification to the Request for Expressions of Interest document shall be sent to the
Employer by email to
Mr. Ihsan Sattar Majhool / OEFP Director
afd.mochm.pmt@gmail.com
with a copy (cc) to the Tender Agent
davidthaure@dathak.com
Requests for clarification should be received by the Employer no later than 7 Calendar Days before the closing date.
The Expressions of Interest must be submitted to the address below no later than [February 24, 2025]/ 1:00 pm BLT.
Ministry of Construction, Housing Municipalities and Public Works
Office of Externally Funded Projects
4th floor
Procurement Departement
Iraq, Baghdad, Al-Karkh, Museum Square
Telephone: +964 7813011556
Email: afd.mochm.pmt@gmail.com
Interested Applicants may obtain further information at the address below during office hours:
8:00 am to 3:00 pm BLT.
Ministry of Construction, Housing Municipalities and Public Works
Office of Externally Funded Projects
4th floor
Procurement Departement
Iraq, Baghdad, Al-Karkh, Museum Square
Telephone: +964 7813011556
Email: afd.mochm.pmt@gmail.com
ANNEX 1 - Appendix to The Request for Expressions of Interest
(To be sumitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility
Reference name of the Bid/Proposal/Contract signed (the “Contract”)
To: (the “Contracting Authority”)
1. We recognize and accept that Agence Française de Développement (“AFD”) only finances the projects of the Contracting Authority subject to its own conditions, as
set out in the Financing Agreement that directly or indirectly binds it to the Contracting Authority. The Contracting Authority retains exclusive responsibility for the
preparation and implementation of the procurement process and performance of the Contract. Consequently, no legal exists between AFD and our company, our joint venture,
and our subcontractors. The Contracting Authority may also mean the Client, Employer or Purchaser, as the case may be, for the procurement of works, goods, plants,
equipment, consulting services , or non-consulting services.
2. We hereby certify that neither we, nor any person acting on our behalf, nor any of the members of our joint venture, nor any of our subcontractors, 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, or being in any analogous
situation arising from any similar procedure;
2.2 Having been, within the past five years, subject to a final administrative sanction, a final conviction issued by a competent authority, or any other non-court
resolution having notably an extinctive effect on public action, either (i) in the country where we are constituted, (ii) in the country of performance of the Contract,
(iii) in the context of the procurement or performance of an AFD-financed Contract, (iv) pronounced by a European Union institution, or (v) pronounced by a competent
authority in France, for:
a) Prohibited Practices, as defined in Article 6.1 below, or for any other offence committed in the context of the procurement or performance of a Contract (in the event
of such sanction, conviction or non-court resolution, we may attach additional information to this Statement of Integrity, such as a compliance program, showing that we
(or the person acting on our behalf, the member of our joint venture, or our subcontractor) consider that this sanction, judgement or non-court resolution is not relevant
in the context of the Contract, where applicable);
b) Participation in a criminal organization, terrorist offences or offences related to terrorist activities, child labor, or other offences related to human
trafficking;
c) Having created an entity in a different jurisdiction (i) with the the intention of avoiding tax or social obligations, or any other legal obligation applicable in the
jurisdiction of its registered office, central administration or principal place of business, or (ii) for being an entity created with the intention of avoiding such
obligations;
2.3 Having been subject within the past five years to a Contract termination fully settled against us for significant or persistent breach of our contractual obligations
during the performance of the Contract, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against
us;
2.4 Having been declared ineligible by one of the multilateral development banks signatories to the Mutual Recognition Agreement of 9 April 2010 (in the event of such
ineligibility, we may attach additional information to this Statement of Integrity showing that we consider that such ineligibility is not relevant in the context of the
Contract, where applicable);
2.5 Not having fulfilled our fiscal obligations relating to the payments of our taxes or social contributions in accordance with the legal provisions of our country of
incorporation or of the country of the Contracting Authority;
2.6 Having created falsified documents or committed misrepresentation when providing the information requested by the Contracting Authority in the context of the
procurement and award process for this Contract.
3. We hereby certify that neither we, nor any party acting on our behalf , nor any members of our joint venture, , , nor any of our subcontractors, nor any of our direct
or indirect shareholders, nor any of our subsidiaries acting with our knowledge or consent:
a. Are directly or indirectly subject to, controlled by a person or an entity subject to, or acting in the name or on behalf of a person or entity subject to individual
sanctions measures adopted by the United Nations, the European Union and/or France;
b. Are directly or indirectly subject to, controlled by a person or an entity subject to, or acting in the name or on behalf of a person or entity subject to sectoral
sanctions measures adopted by the United Nations, the European Union and/or France;
c. Are ineligible for the implementation of the Project owing to any other international sanctions measures pronounced by the United Nations, the European Union or
France.
4. We hereby certify that neither we, nor any party acting on our behalf,2 nor any of the members of our joint venture, nor any of our subcontractors, are [nor have been
(in the case of refinancing for a Contract already awarded)] in any of the following situations of conflict of interest:
4.1 Being a shareholder controlling the Contracting Authority or a subsidiary controlled by the Contracting Authority, unless the resulting conflict of interest has been
brought to the attention of AFD and resolved to its satisfaction.
4.2 Having business or family relations with a member of the Contracting Authority’s services involved in the procurement process or the supervision of the resulting
Contract, unless the resulting conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
4.3 Controlling or being controlled by another applicant, bidder or consultant, or being under common with another applicant, bidder or consultant, receiving subsidies
from another applicant, bidder or consultant, or granting subsidies to another applicant, bidder or consultant, directly or indirectly, having the same legal
representative as another applicant, bidder or consultant, maintaining direct or indirect contacts with another applicant, bidder or consultant allowing us to (i) have
given and/or give access to information contained in our respective applications, bids or proposals likely to distort competition (ii) influence them, or (iii) influence
the decisions of the Contracting Authority;
4.4 Being engaged for a consulting services mission which, by its nature, is or may be in conflict with the mission envisaged for the Contracting Authority;
4.5 Having prepared ourselves, being or having been associated with a natural or legal person who has prepared, specifications, terms of reference or other documents that
have been used for the procurement process in question, and that contain provisions likely to favor an application, bid or proposal;
4.6 Having or having had access to, having prepared ourselves, being or having been associated with a natural or legal person who has or has had access to or prepared,
specifications, plans, calculations, studies, or other documents that have not been communicated to all the applicants, bidders or consultants in the context of the
present procurement procedure, and which thereby confer us an unfair competitive advantage;
4.7 In the case of a procurement procedure for works, plants, equipment or goods, having been selected ourselves or proposed to be selected (or any of our subsidiary
companies having been or being proposed to be selected) to carry out supervision or inspection of the services in the context of this Contract.
5. If we are a state-owned entity or a public enterprise, to participate in a competitive procurement process, we certify that we have legal and financial autonomy and
that we operate under commercial laws and regulations.
6. In the context of the procurement and performance of the Contract:
6.1 Neither we, nor any party acting on our behalf,2 nor any members of our joint venture, nor any of our subcontractors, have committed or shall commit a Prohibited
Practice as defined in the document entitled “AFD Group’s Policy to Prevent and Combat Prohibited Practices” available on AFD’s Website.
6.2 Neither we, nor or any party acting on our behalf,2 nor any members of our joint venture, nor any of our subcontractors, shall acquire or provide [have acquired or
provided (in the case of refinancing for a Contract already awarded)] in sectors subject to an embargo by the United Nations, the European Union or France.
7. We hereby undertake to, and we undertake to ensure that any party acting on our behalf,2 any members of our joint venture, and any of our subcontractors undertake
to:
7.1 Comply with the environmental standards recognized by the international community, including the international conventions for the protection of the environment and,
in particular, take all reasonable steps to avoid or limit negative effects on vegetation, biodiversity, soils, groundwater and surface water, and on persons and property
resulting from pollution, noise, vibration, traffic and other effects resulting from our activities, in accordance with the laws and regulations applicable in the country
of performance of the Contract.
7.2 Implement measures to mitigate environmental and social risks when they are indicated in the environmental and social management plan provided by the Contracting
Authority, and ensure that the emissions, surface discharge and effluents produced by our activities respect the limits, specifications or requirements applicable to the
Contract.
7.3 Respect the rights of workers related to wages, working hours, rest periods and vacations, overtime, minimum age, regular payments, compensation and benefits, in
accordance with the standards recognized by the international community, including the fundamental conventions of the International Labour Organization (ILO), in
accordance with the laws and regulations applicable in the country of performance of the Contract; indicate these elements in a document annexed to the employment
contracts of our employees and made available to the Contracting Authority; and respect and facilitate the rights of workers to organize themselves and set up a complaints
management mechanism for direct or indirect workers.
7.4 Implement practices for non-discrimination and equal opportunities, and ensure the prohibition of child labor and forced labor.
7.5 Keep a record for each member of the local staff recording the hours worked by each person, the type of work, the wages paid and the training undertaken, and ensure
that these records are available at all times to be inspected by the Contracting Authority and the authorized representatives of the government, in accordance with the
laws and regulations applicable to the protection of personal data in the country of performance of the Contract.
8. We, any party acting on our behalf,2 the members of our joint venture, our subcontractors, our direct or indirect shareholders, and our subsidiaries, authorize AFD to
conduct investigations and, in particular, inspect the documents and accounting records relating to the procurement and performance of the Contract, including, but not
limited to, our internal processes and rules related to the respect of international sanctions pronounced by the United Nations, the European Union and/or France, and to
have them verified auditors appointed by AFD.
9. We declare that we have paid, or that we shall pay, the commissions, benefits, fees, gratuities or charges relating to the procurement procedure or the performance of
the Contract to the following third party/parties (for example, an intermediary/agent)(*):
Name of beneficiary Contact details Purpose Amount (indicate the currency)
_________________ _________________ _________________ ________________
_________________ _________________ _________________ ________________
_________________ _________________ _________________ ________________
(*): If no amount has been paid or is to be paid, indicate “None”.
10. We undertake to promptly inform the Contracting Authority, which shall inform AFD, of any change of circumstance regarding the sections above, including in case of any
sanctions or embargo measures adopted by the United Nations, the European Union and/or France, after we have signed the present Statement.
Name: In the capacity of:
Duly empowered to sign in the name and on behalf of:
Signature:
Dated:
|
|
|
|