Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
This project is funded by the EU
TRIPLE P TOURISM PROJECT
Open Call for Consultancy Services
TECHNICAL ASSISTANCE FOR REGIONAL COMPETITION “FUTOURISMO”
TERMS OF REFERENCE: Support to RCC Triple P Tourism Project in the
development of the concept of regional competition in
tourism, provision of expert advice as well as support in
preparation of the event and its execution
Title: Technical assistance in concept development,
organisation and execution of Regional Competition
Futourismo
RCC Department: Programme Department
Project: Triple P Tourism in SEE: Promotion, Policy and
Pilots
Eligible: Consortium of experts/ consulting companies
Reporting to: RCC Secretariat
Duration: 21 December 2020 – 31 March 2021
Expected level of effort (LoE) is indicated in the text
below, along with respective deliverables
Deadline for Application: 17 December at 14.00 CET
Reference number: 111-020
Price ceiling: EUR 20,000
2
I BACKGROUND
Purpose
The overall objective of the consultancy is to support RCC Triple P Tourism Project by
providing inputs for developing the concept of regional competition event seeking innovative
solutions in tourism sector, and by providing expert support in preparation of the event and its
launch. The event will help Western Balkan (WB) tourism address the challenges of fast
technological evolution, respond to the crisis and recover from the effects caused by COVID-
19 using smart digital solutions.
This competition will bring together different stakeholders from WB6 with the aim of
working and cooperating together on the identification of smart digital solutions and further
development of digital transformation in the region.
Background information
Triple P Tourism Project is a three-year initiative funded by the EU. It focuses on the 6 IPA
II beneficiaries in the Western Balkans, to include Albania, Bosnia and Herzegovina,
Kosovo, Montenegro, North Macedonia and Serbia. The project aims to improve the quality
of the tourism offer by: creating joint offer/product(s) to foster regional integration in the
tourism sector and its joint global promotion; diversifying tourism offer of the region;
alleviating policy barriers to development of tourism industry and easing of administrative
procedures; improving the level of services related to tourism; and supporting small-scale
infrastructure projects to support the development of regional tourism offer/product.
Up to this point the RCC Triple P Tourism project has, in cooperation with the SEEIC
Tourism Expert Group (TEG), identified the below described regional routes and have
developed route concepts, identified core list of sites and locations and developed marketing
strategy and visual systems, as well as business models for the routes. Three themes for
regional cultural routes and one regional adventure route have been selected:
Balkan Monumental Trail (cultural route) – a niche product that focuses on the
attractiveness of the art and design, and architectural value of the WWII monuments as a
unique cultural heritage of this specific period. In the previous phase, a group of 40
monuments have been selected to make the BMT pathway.
Illyricum Trail - archaeological heritage of the Roman period being pursued through
integration of archaeological localities as a sub-route of the existing Council of Europe
certified European cultural route - the Roman Emperors and Danube Wine Route
(https://romanemperorsroute.org/). Total of 9 sites in four economies have been
included in the first phase of the Illyricum Trail development.
Western Balkans Crossroads of Civilisations, developed as a shared, overarching
regional umbrella identity, the concept seeks to integrate and showcase the rich cultural
This designation is without prejudice to positions on status, and is in line with UNSCR 1244 and the ICJ Opinion on the Kosovo declaration of independence
3
heritage that effectively communicates the diversity of legacies (layers of Classical
Antiquity, Byzantine, Ottoman, Venetian, and/or Austro-Hungarian heritage) present
across the region.
Via Dinarica and other full adventure – spin off programmes developed by the
project. The cultural corridor represented through the Via Dinarica Mega Trail is the
regional adventure travel route that travels across the eight SEE economies: Slovenia,
Croatia, Bosnia and Herzegovina, Montenegro, Serbia, Kosovo*, Albania and North
Macedonia. Via Dinarica, as the regional mega trail, already enjoys recognition in
international adventure travel market, and serves as a growth generator in remote areas of
the region offering several tourism products. Via Dinarica backbone group of products
includes ski touring, hiking and mountain biking, and the current effort seeks to expand
the adventure offer with new products, ski touring being one of them.
The outbreak of the COVID-19 pandemics at the start of 2020 has not only brought the
tourism industry to a standstill, but has also been redefining the way international travel is to
happen post the outbreak. Depending on the dates when travel will be possible, the UNWTO
predicts 60%-80% (the worst scenario) drop in international arrivals worldwide, translating
into 100-120 millions of jobs directly at risk, highlighting joint effort and regional
cooperation being key in trying to mitigate the negative social and economic impacts of the
crisis.
The disruption caused by COVID-19 outbreak has established a need to refocus tourism
development in the Western Balkans too. The Action will support the region in delivery of
refocused promotional effort with the aim of jump starting the tourism activity within the
region and internationally. The Triple P Tourism Project will launch a Western Balkans
tourism challenge as a measure reaching out directly to the industry in an effort to mitigate
negative impact and support industry recovery. The national tourism challenge will invite
start-ups, entrepreneurs and organisations to bring forward innovative ideas that will have a
positive effect on the sector in terms of creating jobs, maintaining operations and promoting
destinations. The challenge will seek to provide awards to the best innovative ideas with
regard to the key challenges of digital promotion and marketing programme with a focus on
building travellers’ confidence in the Western Balkans as a destination and delivery of digital
applications and online tools with a focus on adventure and culture tourism to assist the
sector in post-COVID-19 recovery. The challenge, including criteria, will be developed,
evaluated and awarded in close coordination with TEG which will allow for further follow-on
support and guidance to wining concepts from responsible ministries and national tourism
promotional boards.
FUTOURISMO is a regional competition that will invite interested start-ups, entrepreneurs,
organisations, etc. to propose and develop innovative technological solutions that will have a
positive effect on the future of tourism in terms of keeping jobs, maintaining operations and
promoting the region as a safe tourism destination. The 10 most impactful and innovative
proposals will be awarded €10.000 each. The awards will be given to solutions whose top
priority is to make our region safe, welcoming and more sustainable for local communities
and visitors.
4
II. DESCRIPTION OF RESPONSIBILITIES
Objectives and scope of the assignment:
The overall objective of the consultancy is to support RCC Triple P Tourism Project in the
process of organising regional competition event FUTOURISMO in the area of digital
solutions in tourism industry. This kind of event will help tourism in the WB economies to
adapt quickly, respond to the crisis and recover from the effects of COVID-19. The event will
bring together the digital community, start-ups, and experts from various fields, and citizens
from WB6.
The project proposals which will be sought by FUTOURISMO must contain innovative
technological ideas with clear explanation of the implementation and sustainability in one of
the following areas:
1. Digital Identity solutions which promote WB6 as a safe tourism destination. These will be projects designed to bring visitors back to the region with the focus on
thematic tourism products such as cultural and adventure tourism developed by the
Triple P. Indicatively, such projects could be about: digital market place, one-stop
shops for tourists, joint marketing of national or regional promotion for destinations,
etc.
2. Digital Applications in tourism, which will help the sector during or after the crisis
is over. These will be projects that aim to alleviate problems brought by the COVID-
19 pandemic since it is proven that digitalisation leverages digital technologies and
data to transform business models and practices, and value ecosystems. Indicatively,
such projects could be about: contactless technology in tourism services for
hospitality sector and travellers, data collection about tourist flows, tourism
registration, experiential approach of destination presentations, monitoring &
reporting solutions, creation of digital on-site presentation tools, health & safety
protocols, etc.
A consortium of experts/consulting company will be engaged for the purpose of this
consultancy. This assignment targets all Western Balkan economies.
In general terms, this assignment includes the following:
- Support preparation of the concept and launching of the event, including defining all
necessary preliminary actions to be undertaken for a successful organisation of the
online regional competition event;
- Provide expert advice and support to the RCC Secretariat in the preparation of the
concept of regional competition event, as well as in organisation of the event.
In more concrete terms, this assignment includes the following tasks or Services as referred
in the contract:
5
Duties:
The consortium of experts/consulting company is expected to carry out the following
activities:
1. Prepare the concept of regional competition event, in particular define steps required
for RCC Triple P Tourism Project in preparation and organisation of the event, setting
up the competition strategy and detailed implementation plan, as well as instructions
on coordination of the steps among the different stakeholders involved;
2. Create website content and prepare necessary information required for the web page,
and update it regularly;
3. Provide expert support for reaching out to potential community partners, such as
digital hubs, start-ups, communities, organisations across the WB6, etc.;
4. Provide expert advice for defining a list of digital media in WB6 throughout the
competition process;
5. Create and manage the Slack Workspace with all channels and all necessary
information that will help in conversations during the competition, under the oversight
of the RCC;
6. Act as mentors, or engage mentors, and help participants clarify their vision, develop
new skills where needed and gain confidence in the skills they already have;
7. Develop a one-to-one developmental relationship between a mentor with experience
and knowledge in digital technology/solutions and a less experienced partner;
8. Together with the RCC, analyse and review all applications received and provide
expert advice in the selection process and creation of teams;
9. Together with the RCC, identify and create a list of potential mentors and members of
the jury, and engage them;
10. Provide expert advice on directing and managing the live stream of team presentations
and the awards ceremony;
11. Provide any additional support and advice needed in preparation and organisation of
the event.
In all their stages, the deliverables will be developed in close consultation with the RCC
Triple P Tourism in SEE project team.
In the first stage when a detailed outline and methodology of work are to be developed in
cooperation with the RCC Triple P Tourism Project, and in coordination with the selected
Consultant, a preparatory meeting will be held online.
Deliverables:
The following deliverables will be produced and transferred to the RCC Triple P Tourism
project during the course of the assignment, in the following timeline:
Deliverable Tentative Deadlines
Preparatory meeting (online if necessary) 21/12/2020
Work plan and draft concept of the event proposing
concrete actions as well as appropriate timeframe in order 28/12/2020
6
to complete the preparations for the organisation of the
regional competition event, including all aspects defined in
these Terms of Reference
Develop the Call for the Regional Competition with the
necessary information required and make it public
Launch and administer FUTOURISMO competition 29/12/2020 – 11/01/2021
Secure mentorship support for candidates
Provide technical support in organisation of evaluation of
received proposals 11/01/2021 - 25/01/2021
Provide follow-up support – monitoring, evaluation – of
awardees of FUTOURISMO 25/01/2020 – 31/03/2021
Submit Final report on the service delivered containing
comprehensive description of the FUTOURISMO
competition, its launch, implementation and outputs
31/03/2020
Methodology
The Contractor(s) is expected to propose the best methodological approach for undertaking
this task.
Lines of Communication
The Contractor(s) will work in close coordination and under guidance of the RCC Triple P
Tourism in SEE project team and RCC Secretariat. Each deliverable will be sent within the
set deadlines. RCC Triple P Tourism in SEE project will conduct a quality assessment and
approval of each deliverable.
Timeframe
The engagement is expected to start on 21 December 2020 and end on 31 March 2021.
III. COMPETENCES
Expert Qualifications-Criteria related to the experts delivering the service:
Education:
Degree in engineering, law, economics, business, or other areas
directly related to the subject of work
Experience:
Minimum of 7 years of relevant experience in organising local and
regional events on topics related to digital transformation;
Proven experience in organising events/competitions in the area of
digital transformation;
Experience in organising events/competitions with similar topics or
area is an advantage;
Experience in working with WB governments and/or WB institutions
is an advantage;
7
Proven skills and ability to prepare a concept of competition at the
required level, with clear tasks and ideas;
Excellent knowledge of development of digital transformation in the
economies covered by the assignment is an advantage;
Proven communication and presentation skills and ability to work in
an environment requiring liaison and collaboration with multiple
actors including government representatives, businesses, civil society
institutions, donors and other stakeholders.
Language
requirements:
Fluency in written and spoken English, as the official language of the
RCC.
Other: N/A
Core Values
Demonstrates integrity and fairness by modelling RCC values and ethical standards;
He/she is independent and free from conflicts of interest in the responsibilities defined by
the Terms of Reference;
Displays cultural, gender, religion, race, nationality and age sensitivity and adaptability.
Core Competencies
Demonstrates professional competence to meet responsibilities and post requirements and
is conscientious and efficient in meeting commitments, observing deadlines and
achieving results;
Result-oriented; plans and produces quality results to meet the set goals, generates
innovative and practical solutions to challenging situations;
Communication: Excellent communication skills, including the ability to convey complex
concepts and recommendations clearly;
Team work: Ability to interact, establish and maintain effective working relations in a
culturally diverse team;
Ability to establish and maintain productive partnerships with regional and national
partners and stakeholders.
IV. QUALITY CONTROL
The expert(s) should ensure an internal quality control during the implementing and reporting
phase of the assignment. The quality control should ensure that the draft reports and
deliverables comply with the above requirements and meet adequate quality standards before
sending them to stakeholders for comments. The quality control should ensure consistency
and coherence between findings, conclusions and recommendations. It should also ensure
that findings reported are duly substantiated and that conclusions are supported by relevant
judgment criteria.
The views expressed in the report will be those of the contractor and will not necessarily
reflect those of the Regional Cooperation Council. Therefore, a standard disclaimer reflecting
8
this will be included in the reports. In this regard, the expert may or may not accept
comments and/or proposals for changes received during the above consultation process.
However, when comments/proposals for changes are not agreed by the expert, he/she should
clearly explain the reasons for his/her final decision in a comments table.
V. APPLICATION RULES
The application needs to contain the following:
For companies and consortia of individual consultants:
Company profile including a brief description (up to 2 pages) of the company. In case
of a bidding consortium, the team leader should submit the profile of the consortium;
Copy of Company’s Registration Certificate (in case of consulting companies). In
case of a bidding consortium a corresponding written authorisation, power of attorney
is accordingly treated;
Financial records - company’s balance sheet and profit-and-loss statement for the past
2 years (only in case of a bidding of consulting companies);
CV(s) of expert(s), outlining relevant knowledge and experience as described under
the Terms of References, along with contact details (e-mail addresses) of referees;
Concept note of the competition event;
An action plan, up to 1 page, indicating the individual tasks to be undertaken against a
timeframe;
List of references for relevant activities implemented;
Application Submission Form (Annex I);
Financial offer, free format providing lump sum for the work (Annex II);
Signed Statements of Availability (Annex III).
When preparing the financial offer, the applicant should take into account the following:
The proposed budget should be stated as a lump sum and broken down by key tasks;
The fee rates should be broadly consistent with the rates applicable in the region for
these types of professional services for international and national consultants.
VAT amount, if any, needs to be clearly identifiable.
Applications need to be submitted via e-mail to [email protected] by 17
December 2020, 14.00 CET.
Please make sure that the application is submitted in two separate folders one containing
Technical Offer and the other Financial Offer. The documents should be submitted in a form
of copies of the originals.
When applying, please identify your submission as response to this call by naming the
subject line of your message as:
9
RCC Triple P Tourism - Reference Number 111-020
VI. EVALUATION AND SELECTION
The assignments will be awarded to the highest qualified applicant based on the skills,
expertise, and the quality of the concept note(s) and the cost-effectiveness of the financial
offer.
Applications will be evaluated on the basis of the profile and competencies of the candidate
and the responsiveness to the Terms of Reference for Consultancy Services.
The best value for money is established by weighing technical quality against price on a
80/20 basis.
The applications are evaluated following these criteria:
EVALUATION GRID
Maximum Score
A. Technical Offer (A.1+A.2+A.3)
100
A.1. Work experience, references list:
Relevant work experience; evidence of other contracts of
the nature comparable to that of the Call; experience with
clients comparable to the Contracting Authority.
35
A.2. Quality and professional capacity of the
consultants:
CVs satisfy the criteria set forth in the ToR, education
and experience demonstrates professional capacity and
experience required.
35
A.3 Quality of the concept note and Action Plan:
Relevance and applicability within the WB6 regional
framework; methodologically sound concept/ plan,
achievable within the defined timeframe
30
B. Financial Proposal/ lowest price has maximum
score
100
Score for offer X =
A: [Total quality score (out of 100) of offer X / 100] * 80
B: [Lowest price / price of offer X] * 20
In addition to the results of the technical and financial evaluation, competency-based
interview may be held with the selected bidder.
Only shortlisted candidates will be contacted for the competency-based interview.
10
Information on selection of the most favourable bidder
The RCC Secretariat shall inform candidates and bidders of decisions reached concerning the
award of the contract as soon as possible, including the grounds for any decision not to award
a contract for which there has been competitive tendering or to recommence the procedure.
Standard letter of thanks for participation to unsuccessful bidders shall be sent within 15 days
after the contract is signed with the awarded bidder.
The candidates and bidders wishing to receive a feedback may send a request within 15 days
after receipt of the standard letter of thanks.
The request may be sent to the e-mail address [email protected] or to the address
of the RCC Secretariat:
Regional Cooperation Council Secretariat
Attention to: Administration Department
Building of the Friendship between Greece and Bosnia and Herzegovina
Trg Bosne i Hercegovine 1/V
71000 Sarajevo
Bosnia and Herzegovina
Appeals procedure
Bidders believing that they have been harmed by an error or irregularity during the award
process may petition the RCC Secretariat directly. The RCC Secretariat must reply within 15
days of receipt of the complaint.
The appeal request may be sent to the e-mail address [email protected] or to the
address of the RCC Secretariat:
Regional Cooperation Council Secretariat
Attention to: Administration Department
Building of the Friendship between Greece and Bosnia and Herzegovina
Trg Bosne i Hercegovine 1/V
71000 Sarajevo
Bosnia and Herzegovina
11
ANNEX I: APPLICATION SUBMISSION FORM
Open Call for Consultancy Services:
Technical assistance in concept development, organisation and execution of Regional
Competition Futourismo
REF: 111-020
One signed copy of this Call for Consultancy Submission Form must be supplied.
1 SUBMITTED by:
Name
Address
Telephone
Fax
2. STATEMENT
[Name of the Authorised person representing the Entity] ______________ hereby declares
that we have examined and accepted without reserve or restriction the entire contents of the
Open Call for Experts, Grounds for Exclusions and Conflict of Interest as such:
Grounds for exclusion
Candidates or bidders will be excluded from participation in a procurement procedure if it is
known that:
(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 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 which has the force of res judicata;
(c) They have been guilty of grave professional misconduct proven by any means which
the Contracting Officer 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
12
country in which they are established or with those of the country of the Contracting
Officer or those of the country where the contract is to be performed;
(e) They have been the subject of a judgment which has the force of res judicata for
fraud, corruption, involvement in a criminal organisation or any other illegal activity.
Contracts may not be awarded to candidates or bidders who, during the procurement
procedure, are:
(a) Subject to a conflict of interest;
(b) Guilty of misrepresentation in supplying the information required by the Contracting
Officer as a condition of participation in the contract procedure or fail to supply this
information.
Conflict of Interest
a) The Contractor shall take all necessary measures to prevent or end any situation that
could compromise the impartial and objective performance of the contract. Such
conflict of interests could arise in particular as a result of economic interest, political
or national affinity, family or emotional ties, or any other relevant connection or
shared interest. Any conflict of interests which could arise during performance of the
contract must be notified in writing to the Contracting Authority without delay.
b) The Contracting Authority reserves the right to verify that such measures are
adequate and may require additional measures to be taken if necessary. The
Consultant shall ensure that their staffs, including its management, are not placed in a
situation which could give rise to conflict of interests. The Consultant shall replace,
immediately and without compensation from the Contracting Authority, any member
of its staff exposed to such a situation.
c) The Contractor shall refrain from any contact which would compromise its
independence or that of its personnel. If the Contractor fails to maintain such
independence, the Contracting Authority may, without prejudice to compensation for
any damage which it may have suffered on this account, terminate the contract
forthwith.
d) The Contractor shall, after the conclusion or termination of the contract, limit its role
in connection with the project to the provision of the services. Except with the
written permission of the Contracting Authority, the Contractor and any other
contractor or supplier with whom the Contractor is associated or affiliated shall be
disqualified from the execution of works, supplies or other services for the project in
any capacity, including tendering for any part of the project.
e) Civil servants and other agents of the public administration of the RCC Participants,
regardless of their administrative situation, shall not be recruited as experts in
contracts financed by the RCC Secretariat.
f) The Contractor and anyone working under its authority or control in the performance
of the contract or on any other activity shall be excluded from access to RCC
Secretariat financing available under the same project unless they can prove to the
13
Contracting Authority that the involvement in previous stages of the project does not
constitute unfair competition.
We offer to provide the services requested in the Terms of Reference on the basis of supplied
documentation subject to this Open Call for Consultancy Services, which comprise our
technical offer, and our financial offer.
This Open Call for Consultancy Services is subject to acceptance within the validity period
stipulated in the Terms of Reference.
Name
Signature
Date
14
ANNEX II: BUDGET BREAKDOWN
REF: 111-020
N
o
Cost categories Unit
Total Cost
2 TOTAL COSTS
Note:
The proposed budget should be stated as a lump sum and broken down by key tasks;
Costs of travel within the WB6, if planned and proposed, should be budgeted and
borne by the consultant;
The fee rates should be broadly consistent with the rates applicable in the region for
these types of professional services for international and national consultants.
VAT amount, if any, needs to be clearly identifiable.
15
ANNEX III: STATEMENT OF AVAILABILITY
REF: 111-020
By representing the Entity_________________________ we agree to participate in the
above-mentioned tender procedure. We further declare that we are able and willing to work
for the period(s) foreseen for the position for which our CVs have been included in the event
that this tender is successful, namely:
Full Name Available from
(Date)
Available until
(Date)
Acceptance by
signature
Number of
man-days
associated to
each task from
the ToR