img

Request for expressions of interest for a « Technical Assistance supports to the ECOWAS Commission in the coordination management of the Project »

Date de publication :
Tuesday, 28 April 2026
Submission deadline:
  1. The Economic Community of West African States (“ECOWAS”, the “Client”) Commission has received funding from the Agence Française de Développement (“AFD”), and intends to use part of it to make payments under the Regional project for the consolidation of a solutions platform in support of pastoralism and livestock in West Africa (PEPISAO-2) (the “Project”).
  2. The Services of the Consultant shall consist of providing Technical Assistance supports to the ECOWAS Commission in the coordination and management of the Project. The expected Services are detailed in Appendix 1.
  3. The ECOWAS Commission hereby invites Applicants to show their interest in delivering the Services described above.
  4. This Request for Expressions of Interest is open at :
  1. Consulting firms and Joint Venture (JV) between consulting firms.

Public industrial and commercial establishments (EPICs) may take part in a JV/consortium as a member, without acting as the lead entity of the consortium.

  1. The eligibility criteria for AFD financing are specified in Article 1.3 of the “Procurement Guidelines for AFD-Financed Contracts in Foreign Countries” (latest version published in February 2024), available online on the AFD website: https://www.afd.fr.
  2. The Applicants shall submit only one application, either in its own name or as a member of a Joint Venture. If an Applicant (including a member of the JV members) submits or participates in more than one application, those applications shall be rejected. However the same Subconsultant may participate in several applications.
  3. If the Applicant is a JV, the Expression of iIterest must include:
  • a copy of the JV agreement entered into 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.

Interested candidates must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted. A maximum of fifteen (15) past experiences shall be presented by Applicants. Determination of the similarity of the experiences will be based on their respective relevance relative to the Services to be performed, as described above.

  1. In particular, Applicants shall demonstrate relevant past references for contracts/assignments presenting characteristics similar to one or more of the following criteria:
  • Scale of the assignements (size and complexity): assignments will be assessed with regard to their scale (contract amount, duration and volume of expert input) and their complexity, especially where they relate to regional or multi-country projects or programmes, involve the coordination of several institutions (regional organisations, ministries, implementing agencies, etc.), combine strategic advisory support, operational management and monitoring and evaluation, and require a team structure comparable to that expected for the present assignment (long-term experts supported by specialised short-term assignments);
  • Nature of the Services: support to the coordination and implementation of programmes or projects, particularly at regional level, involving multiple stakeholders at local, national and regional levels;
  • Technical area and expertise: expertise in agricultural policies and regional integration; in livestock sector development approaches, particularly pastoral systems; in issues relating to social cohesion, climate resilience, natural resource governance, conflict prevention & management and stabilisation of fragile areas; as well as in financial engineering, communication and visibility, and institutional and human capacity development;
  • Geographical area of intervention: experience in West Africa (within the twelve (12) ECOWAS Member States), in the Sahel (Mali, Burkina Faso and Niger), as well as in Chad, Mauritania and Cameroon, particularly in working with stakeholders involved in agro-pastoral systems in cross-border areas.

References (active phone contacts and/or email addresses of beneficiaries or donors) must be provided for each criterion/experience presented. ECOWAS will not analyze CVs of experts’ profiles at this stage.

  1. ECOWAS will also take into account for the evaluation of the applications the following items:
  • Applicants’ network: capacity to mobilize expertise beyond their core business and their local responsatives/partners;
  • Skills and availability of in-house technical back-up experts provided to the on-site experts (technical assistance team);
  1. 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:
  • The Applicant has at least one (1) 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.);
  • The Applicant has set up internal security management procedures: it shall provide a description of its monitoring system and crisis management system;
  • 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;
  • 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.).

For a Joint Venture, its leader (regardless of its country of incorporation) and any other member that has its registered headquarter outside the Client's country shall fulfil each of these criteria.

An application that does not meet any of these requirements will be rejected.

  1. Among the submitted applications, the ECOWAS Commission will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.
  2. Expressions of Interest must be sent by email to the following address: https://bit.ly/4e5Nk7s, copying ctienon@araa.org and awaki@araa.org; with the object “REI PEPISAO-2 – TA” no later than May 19, 2026 at 12:00 GMT (UTC) = as the deadline for submission of Expressions of Interest.
  3. Expressions of Interest must strictly follow the format below and include the following elements:  

Format

  • One (1) single non-editable PDF file;
  • Maximum of thirty (30) pages, all inclusive (excluding the presentation brochure).

Content

  • Letter of Expression of Interest, using the template provided in Annex 2;
  • If the Applicant is a JV, the Expression of Interest must include: a copy of the JV agreement entered into all members, OR a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal;
  • The Statement of Integrity, duly signed and unmodified, as provided in Annex 3;
  • A presentation brochure of the Applicant (individual firm or JV/Consortium);
  • The list of references for similar contrats/assignments, including information enabling the assessment of the similarity criteria referred to in paragraph 9 above, together with active phone contacts and/or email addresses of the clients (beneficiaries or donors). CVs will not be analyzed at this stage.
  1. Any incomplete application and/or application sent after the deadline for submission of Expressions of Interest will be automatically rejected.
  2. The Client shall acknowledge receipt within 24 hours of each Expression of Interest file received at the aforementioned email address. If the absence of such confirmation received from the Client within 24 hours after sending its Expression of Interest file, the Candidate is invited to request receipt confirmation of its Expressing of Interest file from the Client.
  3. Interested Applicants may obtain clarifications by writing to the email address above, no later than five (5) working days before the deadline for submission of Expressions of Interest; with the object line “REI PEPISAO-2 – TA – Request for Clarifications”, to the following email addresses : procurement@araa.org copying ctienon@araa.org and awaki@araa.org.
  4. The Client will respond to requests for clarification in writing, publishing the responses on the same media as the initial publication of the Request for Expressions of Interest, without identifying the entity which made the request for clarifications.

* * * *

Annex 1 to the Request for Expressions of Interest

Presentation of PEPISAO-2 and the Expected Services

 

  1. PROJECT DESCRIPTION

The PEPISAO-2 financing, in the amount of EUR 7 million, consists of a “Minka” grant intended to support the implementation of the second phase of the Integrated and Secure Livestock and Pastoralism Project in West Africa (PEPISAO). The main objective is to support the Economic Community of West African States (ECOWAS) and the Permanent Interstate Committee for Drought Control in the Sahel (CILSS) in their role of providing all stakeholders with a platform of solutions for the sustainable development and security of (agro-)pastoral systems, particularly in critical cross-border areas. The Project will contribute to social cohesion, climate resilience and improved governance of natural resources. Key challenges addressed by the Project include social inclusion and the stabilization of fragile territories.

  1. Project Context and Strategic Challenges

Pastoralism constitutes a major economic and social pillar in West Africa and the Sahel. Pastoral systems, based on livestock mobility, provide adaptive solutions to climate variability and play a significant role in food security and social cohesion. However, these systems face several major challenges, including: competition for access to natural resources; conflicts between farmers, agro-pastoralists and pastoralists; increasing insecurity, particularly in cross-border areas; growing climate pressure.

Aligning with regional commitments, including the Nouakchott+10 Declaration (2024), PEPISAO-2 aims to strengthen advocacy in favor of pastoralism and consolidate the achievements of the first phase, particularly by enabling their implementation directly in fragile cross-border territories. The Project is aligned with the French strategy for food security and sustainable agriculture and contributes to France’s strategic engagement in West Africa. It mobilizes a “Minka” grant, which finances conflict-sensitive initiatives and pursues the following specific objectives: (i) Improve the living conditions of populations vulnerable to violent conflict; (ii) Strengthen the resilience of populations and institutions; (iii) Promote social cohesion (both vertical and horizontal). In line with the United Nations Sustainable Development Goals (SDGs), the Project contributes to reducing inequalities (SDG 10), improving food security (SDG 2), promoting peace, justice and strong institutions (SDG 16).

  1. Project Objectives and Components

The overall objective of the Project is to contribute to peaceful and resilient territories, including facing climate change issues, through inclusive governance of pastoral systems. The specific objectives include:

  1. Improving multi-stakeholder dialogue for the management of natural resources and conflicts in a context of climate change.
  2. Promoting an enabling environment for the security and climate resilience of mobile pastoral systems.

The Project is structured around three components:

  • Component 1: Strengthening sustainably local multi-stakeholder dialogue frameworks and cross-border cooperation, with the objective of producing inclusive local development plans that are resilient to climate change and conflicts, and which can be directly financed by States or other donors.
  • Component 2: Operationalization of the Observatory of Mobile Livestock Systems and strengthening the steering capacity of the ECOWAS on programmes and projects related to pastoralism in the region.
  • Component 3: Project coordination, administrative management and monitoring and evaluation.
  1. Stakeholders and Implementation Arrangements

The ECOWAS is the main beneficiary and contracting authority, with delegation to the Permanent Interstate Committee for Drought Control in the Sahel (CILSS) for certain components. A Project Management Unit (PMU) will be established within the CILSS Executive Secretariat in Ouagadougou.

At the component 1 (territorial diagnostics) level, activities will also involve local stakeholders and professional organizations, thereby strengthening territorial and institutional governance capacities.

A technical assistance team will be permanently positioned at the ECOWAS Commission, and will also provide support to CILSS in its capacities as delegated entity for some of the Project activities.

  1. Project Cost and Financing

The total cost of the Project amounts to EUR 7 million, fully financed by the Agence Française de Développement (AFD). The budget allocation is structured as follows:

  • 39% allocated to multi-stakeholder dialogue activities;
  • 22% allocated to the operationalization of the Observatory and capacity strengthening;
  • 25% allocated to overall coordination and activity management.
  1. Expected Key Outcomes

The Project aims to generate significant impacts, including:

  • Strengthened social cohesion in cross-border areas;
  • Improved resilience of pastoral systems to climate variability;
  • Enhanced regional integration, reducing conflicts and promoting stability;
  • Contribution to the Sustainable Development Goals (SDGs 16, 10 and 2).
  1. Main Anticipated Risks

1. Conflicts and insecurity: Community tensions and cross-border dynamics remain major risks. Such tensions may be instrumentalized by armed groups to promote alternative governance models and strengthen their local presence.

2. Operational complexity: The multiplicity of stakeholders and the complexity of procedures may slow down project implementation.

3. Climate risk: The impact of climate change on pastoral mobility requires appropriate planning and adaptive responses.

4. Social risks: The management of tensions must remain inclusive and avoid any stigmatization of stakeholders.

  1. EXPECTED SERVICES

Under the PEPISAO-2 up-coming, the ECOWAS Commission will be responsible for the operational planning and technical implementation of the activities set out in the Project’s contractual documents.

As part of Project implementation, it is envisaged that a portion of the financing will be used to procure Consulting Services to support the ECOWAS Commission in the overall coordination and management of the Project.

    1. Description of the Services

Under this contract, the Consultant shall propose the mobilization of a technical assistance team tailored to the needs of the ECOWAS Commission, with a view to strengthening its capacities in project ownership, monitoring and evaluation, and fiduciary management of resources. The team will be based within both the Directorate of Agriculture and Rural Development (DADR, Abuja) and the Regional Agency for Agriculture and Food (RAAF, Lomé). The TA will also support CILSS in its role as delegated entity in charge of some of the Project activities.

The technical assistance team may have the following primary, though non-exclusive, responsibilities:

  1. strengthening the coordination capacities and resources of DADR for the Project and its articulation with other ongoing initiatives at regional and national levels;
  2. providing technical expertise to the ECOWAS Commission in the Project’s thematic areas and in the programming of the activities during implementation, as well as support for the facilitation of workshops and the use of co-creation tools;
  3. supporting the capitalization of tools and approaches implemented under the Project, and ensuring their effective appropriation by key stakeholders within DADR and RAAF, in close coordination with CILSS activities;
  4. supporting the Observatory of Mobile Livestock Systems (OSEMAOS) to strengthen its role as a strategic advocacy tool capable of producing tangible evidence and compelling narratives to promote the interests of mobile livestock systems;
  5. providing technical, administrative and financial support for the day-to-day management of activities, including reporting to RAAF, DADR and AFD through the established reporting framework, organization of Steering Committee meetings, and preparation of periodic reports in accordance with each institution’s procedures;
  6. delivering part of the cross-cutting expertise (procurement and monitoring of the dedicated plan, administration and accounting, backstopping, ad hoc support, etc.), as well as specialized short-term expertise; and
  7. strengthening the capacities of RAAF’s commons services (in particular communication, in coordination with CILSS, monitoring and evaluation, accounting, procurement, etc.).
    1. Indicative composition of the technical assistance team

The technical assistance team shall facilitate dialogue between the ECOWAS Commission (DADR, RAAF), CILSS as a delegated entity, and AFD as the donor, ensuring that all deliverables and contractual documents submitted by RAAF to AFD in the framework of Project implementation are delivered in accordance with the agreed timeline and comply, both in substance and form, with the requirements and procedures set out in the Financing Agreement signed between both these institutions and ECOWAS.

Indicatively, the team may consist of the following three (3) key long-term experts:

  • 1 Technical Expert on pastoral and livestock systems and regional integration policies;
  • 1 Monitoring & Evaluation, Learning and Knowledge Management Officer;
  • 1 Administrative and Finance Assistant.

Project coordination responsibilities will be carried out from Abuja (Nigeria) within DADR, while monitoring and evaluation, knowledge management, and administrative and financial management responsibilities will be ensured from Lomé (Togo) within RAAF.

This core team will work in close interaction with the Project Management Unit hosted by CILSS for the implementation of activities under its responsibility, as delegated by ECOWAS, including support to the Observatory of Mobile Livestock Systems.

In addition, the assignment will include the mobilization of specialized short-term expertise. This short-term expertise will be mobilized: (i) to provide backstopping to the Project coordination team; and (ii) to carry out specific studies (thematic expertise on a call-down basis, decision-support notes, support to monitoring the implementation of Nouakchott+10 commitments, etc.).

The detailed description of these positions, in particular the long-term technical assistance team and the expertise needs, is provided at this stage on an indicative basis and will be further refined in the Terms of Reference to be included in the Request for Proposals, which will be issued and sent at a later stage to candidates shortlisted following this Expression of Interest. For the avoidance of doubt, CVs will not be evaluated at the REI stage.

 

 

Annex 2 to the Request for Expressions of Interest

Template of Letter for Expression of Interest

 

 [Place, date]

ECOWAS Commission,

To the RAAF Executive Director,

 

Regional Agency for Agriculture and Food (ARAA)
4th and 5th Floors, CRBC Building, Place de la Réconciliation
OUA District, Atchanté Area, 01 BP 4817 – Lomé, TOGO

Telephone : +228 22 21 40 03

Email : araa@araa.org    

 

Sir,

I, the undersigned, (____), hereby express my interest in the provision of Technical Assistance Services to the ECOWAS Commission for the coordination and overall management of the PEPISAO-2 Project, accordingly with your Request of Expression of Interest issued on [Date].

I acknowledge and agree that:

    1. ECOWAS reserves the right to cancel the procurement procedure and to reject all Proposals at any time prior to contract award, without thereby incurring any liability towards me;
    2. In the event that the Financing Agreement between AFD and ECOWAS is not signed, none of the Proposals received shall be accepted.

 

Please accept, Sir, the assurances of my highest consideration.

 

Name of the Consultant: ____________________

Signature: _________________

Adress: _____________________________          

 

 

 

Annex 3 to the Request for Expressions of Interest
Statement of Integrity, Eligibility and Environmental and Social Responsibility[1]

(To be sumitted with the application, signed and unaltered)

 

 

Reference of the bid: Technical Assistance supports to the ECOWAS Commission in the coordination and management of the PEPISAO-2 Project (the “Contract”)

To : ECOWAS Commission (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[2], 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[3] 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:

  1. 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);
  2. Participation in a criminal organization, terrorist offences or offences related to terrorist activities, child labor, or other offences related to human trafficking;
  3. Having created an entity in a different jurisdiction (i) with 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[4] (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.

  1. We hereby certify that neither we, nor any party acting on our behalf[5], 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:
    1. 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;
    2. 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;
    3. 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.
  2. We hereby certify that neither we, nor any party acting on our behalf2, 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.

  1. 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.
  2. In the context of the procurement and performance of the Contract:

6.1    Neither we, nor any party acting on our behalf2, 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].        

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.

  1. We hereby undertake to, and we undertake to ensure that any party acting on our behalf2, 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.

  1. We, any party acting on our behalf2, 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.
  2. 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”.

  1. 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[7]: _______________

Signature:_____________________________________________________

Dated:  

 

[1] Latest version published in February 2024 of the “Procurement Guidelines for AFD-Financed Contrats in Foreign Countries”, available online on the AFD website: https://www.afd.fr.

[2] Directors, (including any person who is a member of the administrative management or supervisory body, or with powers of representation, decision or control), employees, or agents (be them declared or not).

[3] Including the Judicial Public Interest Agreement (CJIP), a decision following an Appearance on Prior Recognition of Guilt (CPRC), a negotiated resolution agreement, or any other similar form of transaction terminating criminal proceedings.

[4] World Bank, Inter-American Development Bank, African Development Bank, Asian Development Bank, and European Bank for Reconstruction and Development.

[5] Directors, (including any person who is a member of the administrative management or supervisory body, or with powers of representation, decision or control), employees or agents (be them declared or not).

[6] For informational purposes, this policy can be accessed via the following link: https://www.afd.fr/en/combating-corruption.

[7]  In the case of a JV, insert the name of the JV. The person signing the bid, proposal or application on behalf of the bidder, consultant or applicant, shall attach a power of attorney from such bidder, consultant or applicant.