Deadline Extension-Procurement procedure for the contracting of external expertise services for the implementation of the activities of the project RISTOR – Rural Innovation Centres for Sustainable and Inclusive Tourism

Deadline Extension Notice for Submission of Bids

Title: “Procurement procedure for the contracting of external expertise services for the implementation of the activities of the project RISTOR – Rural Innovation Centres for Sustainable and Inclusive Tourism”

Interreg VI-A IPA Greece – Albania Programme 2021–2027

Contracting Authority:

Observatory for Children and Youth Rights

Publication date: 27/02/2026

Republication date: 02 / 04 / 2026

Deadline for submission of bids: 03/04/2026, 17:00

Extended Deadline for submission of bids: 15/04/2026, 17:00

The Observatory for Children and Youth Rights (“the Observatory”) is a non-profit organization founded in 2013, which works for the promotion and protection of the rights and well-being of children and young people through scientific research, policy analysis, advocacy, capacity building, as well as cooperation with public institutions and key actors.

This procurement procedure is implemented in the framework of the project “Rural Innovation Centers for Sustainable and Inclusive Tourism (RISTOR)”, which has been approved for implementation in the framework of the First Call for Proposals for Joint Projects of the INTERREG (VI-A) IPA CBC Cooperation Programme “Greece–Albania 2021–2027”, under Priority Axis 3, Specific Objective RSO4.

  1. PURPOSE

The Observatory, in the framework of the implementation of the RISTOR project, invites legal entities (companies/organizations) and registered natural persons that provide professional services and have an active NIPT, to submit their offers for contracting external expertise services for the implementation of the activities of the RISOR project.

“This procurement procedure shall be conducted in accordance with the rules set out in the Interreg VI-A IPA Greece–Albania 2021–2027 Programme Manual (Chapter: Project Implementation – Public Procurement), with the relevant European Union and national principles for public procurement, as well as with the internal rules of financial management of the Observatory.”

  1. LOT STRUCTURE

This procedure takes place with:

  • LOT 1 – External expert for project management and coordination (D.1.2) – Indicative budget: 4,000 EUR
  • LOT 2 – Experts for drafting the stakeholder analysis and market analysis for sustainable tourism (Korça region) (D.4.1 & D.4.2) – Indicative budget: 16,200 EUR
  • LOT 3 – Design and implementation of the training program for sustainable and inclusive tourism (D.4.5 & D.5.2) – Indicative budget: 11,300 EUR
  • LOT 4 – Development of business models and local action plan (D.4.3 & D.5.1) – Indicative budget: 9,000 EUR
  • LOT 5 – Expertise services for networking events and support for the tourism platform (D.5.3 & D.5.4) – Indicative budget: 12,900 EUR
  1. PARTICIPATION IN LOTS

Legal entities (companies/organizations) and registered natural persons who provide professional services and have an active NIPT can apply for this procedure. Interested parties can submit an offer:

  • for one (1) LOT,
  • for more than one LOT, or
  • for all LOTs,

with the condition to meet the qualification criteria and technical requirements set out for each LOT for which they apply.

Each LOT will be evaluated independently. A separate contract can be concluded for each LOT.

The Contracting Authority reserves the right to announce different winners for different LOTs or to award more than one LOT to the same bidder, if it meets the criteria and ranks first in the respective evaluation.

  1. MANDATORY REQUIREMENTS FOR APPLYING IN MORE THAN ONE LOT

For each LOT for which it is applying, the bidder must submit complete technical and financial documentation, clearly separated and specifically identified for each LOT.

Failure to submit the separate documentation for each LOT may lead to the disqualification of the bid for the respective LOT.

The technical and financial capacity will be evaluated separately for each LOT for which a bid is submitted.

  1. SPECIFICATIONS AND TERMS OF REFERENCE

Detailed specifications for each LOT are included in the Terms of Reference (ToR), which are an integral part of this Call (Annex C).

 

6. SOURCE OF FUNDING

This procurement procedure is implemented in the framework of the project “Rural Innovation Centers for Sustainable and Inclusive Tourism (RISTOR)”, which has been approved for implementation in the framework of the First Call for Proposals for Joint Projects of the INTERREG (VI-A) IPA CBC Cooperation Programme “Greece–Albania 2021–2027”, under Priority Axis 3, Specific Objective RSO4.

  1. LANGUAGE

The working language for this procurement procedure is Albanian, however there is no need to translate into Albanian any certifications received from Government Institutions and contracts/certifications/references received from third parties into English.

  1. DOCUMENTS THAT THE BIDDER MUST SUBMIT

The documents that the bidder must submit are:

  1. Brief description of the Technical/Methodological Proposal for the LOT, including methodological approach, main activities, expected results.
  2. Detailed financial offer (costs per hour/working day), within the maximum budget of the LOT.
  3. Legal Registration Document
    • For companies: Extract from the National Business Center or equivalent, confirming the legal status and scope of activity related to this procurement procedure.
    • For individual experts: Document certifying registration as a natural person registered with NIPT for the provision of professional services.
  4. Statement on the Legal Status signed by the bidder (not older than 3 months) confirming that:
    • is not in bankruptcy or liquidation;
    • is not subject to court proceedings that may affect the performance of the contract;
    • He has not been convicted of professional misconduct.
  5. Certificate for Payment of Tax and Social Security Liabilities, issued by the Tax Directorate, confirming that the applicant has no outstanding liabilities.
  6. Minimum 1 completed reference/similar contract (or certification)/similar report/product
  7. CV of the expert(s) proving professional experience and expertise in the relevant field.
  8. Bidder’s Statements:
  1. SUBMISSION OF BIDS

The deadline for the submission of bids is extended to 15 April 2026, 17:00, from the original date of 03 April 2026, 17:00. Bids submitted after this deadline will not be considered. Economic operators or interested individual experts must submit their offer together with all the required documentation in a sealed envelope or via email.”

Submission of bids by hand or by mail must be made to the following address:

Observatory for Child and Youth Rights

Street “Brigada e VIII”

Pall. LID, Floor 1, Office 1

Tirana, Albania

The Financial Offer and other technical/qualifying documentation must be separated in separate envelopes.

The envelope must:

  • Include the name, identification number (NIPT) and address of the bidder;
  • To address the Observatory at the address described above;
  • Have the title of the tender marked – Procurement procedure for the contracting of external expertise services for the implementation of the activities of the project “RISTOR – Rural Innovation Centres for Sustainable and Inclusive Tourism;
  • Have the Lot number for which you are applying;
  • Have the notification “Not to open before the time and date of opening of the Offers” written at the top of the envelope.

Submission of offers by email must be done to the e-mail: hr@observator.org.al

The Financial Offer and other technical/qualifying documentation must be separated into separate emails.

The email title should:

  • Include the name, identification number (NIPT);
  • Have the title of the tender marked – Procurement procedure for the contracting of external expertise services for the implementation of the activities of the project “RISTOR – Rural Innovation Centres for Sustainable and Inclusive Tourism;
  • Have the Lot number for which you are applying;
  • Have specified: Technical Documents or Financial Offer
  1. BID EVALUATION

The evaluation will be carried out in two stages: technical evaluation and financial evaluation.

The contract will be awarded based on the final ranking of qualified bids for each LOT.

  • Technical Evaluation

Bids will initially be evaluated for their technical compatibility, evaluating the capacity of the bidder to successfully realize the supply of the required equipment in accordance with the technical specifications.

 

10.2     Financial Evaluation

The financial evaluation follows the technical evaluation and is based on the bid price. The cost criterion is evaluated by giving the lowest qualified bid the first place in the ranking and so on until the highest economic bid that will occupy the last place in the ranking.

  • Announcement of the Contract Winner

The contract will be awarded on the basis of the final ranking of qualified bids, in accordance with the evaluation criteria set out in the tender documentation. The winning bidder will be notified in writing and may be required to submit the original documents for verification.

  • ADDITIONAL INFORMATION
  • All tender documents must be completed completely, in order to avoid disqualification.
  • Bids must be prepared in full compliance with the tender documentation.
  • No bidder is allowed to change or modify the terms and conditions set out in the original tender documents.
  • Requests for clarifications must be submitted in writing no later than three (3) business days before the deadline for submission of tenders.
  • Requests for clarifications can be sent to the following address:

📧 info@observator.org.al

  • Responses will be provided within two (2) business days from the moment of receipt of the request.

 

  • FRAUD AND CORRUPTION

The Observatory requires applicants to adhere to the highest standards of ethics during the procurement and execution of contracts. In pursuit of such a policy, the Observatory defines for the purpose of this provision, the following terms:

  1. “Corrupt Practice” means Offering, giving, receiving or seeking any value to influence the action of a public official in the procurement process or the execution of the contract.
  2. “Fraudulent practice” means a misrepresentation of facts with the intention of influencing a procurement process or execution of a contract to the detriment of the Observatory and includes the secret practices of illegal agreements between tenderers (before or after the submission of the bid) designed to set bid prices at artificial, non-competitive levels and deprive the borrower of the benefits of free and open competition.

The Observatory will reject a proposal if it determines that the Bidder has engaged in corrupt or fraudulent practices in contract competition. The Observatory will also declare a firm unsuitable for awarding a contract, either indefinitely or for a certain period of time, if it determines that the firm has engaged in corrupt or fraudulent practices in competition, or in the execution of a contract financed by the Observatory.

Direct contact with the employees or managers of the Observatory regarding your appearance during the tender evaluation period is prohibited.

Any attempt by tenderers to influence the representatives of the Observatory in the evaluation of bids or decisions to award the contract, will result in the immediate rejection of their offer.

  • ETHICS

During the time of cooperation with the Observatory, the Bidder must respect the internal policies of the Observatory and must always protect the interests and rights of children and young people, according to the policy and legislation for the protection of the rights of children and young people; and to put these interests above his/her personal interest and not to commit acts that compromise or harm children and young people.

  • AMENDMENT OF THE REQUEST FOR TENDER CALL DOCUMENT

At any time before the deadline for the submission of tenders, the Observatory may amend the Tender Document by issuing extensions. Any add-ons issued will be part of the Tender Document and will be communicated in writing to all those who have registered. In order to give prospective bidders a reasonable time in which to receive an additional in the preparation of their tenders, the Observatory may, at its discretion, extend the deadline for submitting tenders.

  • APPLICATION COST

The bidder will bear all costs related to the preparation and submission of its bid, and the Observatory is in no case responsible for those costs, regardless of the conduct or outcome of the tendering process.