1. Beschaffer
1.1.
Beschaffer
Offizielle Bezeichnung: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Rechtsform des Erwerbers: Von einer zentralen Regierungsbehörde kontrolliertes öffentliches Unternehmen
Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung
2. Verfahren
2.1.
Verfahren
Titel: 81314049-Supporting SME in selected African countries to achieve export-relevant product quality certifications
Beschreibung: Brief description of the project: Supporting SME in selected African countries to achieve export-relevant product quality certifications. On behalf of the Federal Ministry for Economic Cooperation and Development (Bundesministerium für wirtschaftliche Zusammenarbeit und Entwicklung, BMZ), the Alliance for Product Quality in Africa is implemented jointly by GIZ and the National Metrology Institute of Germany (Physikalisch-Technische Bundesanstalt, PTB). The GIZ modules separate into a global project financed by the Special Initiative Decent Work for a Just Transition (Invest for Jobs) that focusses on inter-continental trade and an AfCFTA module focussing on regional trade within Africa. This assignment focuses on the Invest for Jobs module (hereinafter referred as "the Alliance"). The Alliance is a multi-stakeholder partnership supported by German development cooperation, specialized institutions of quality infrastructure, and the private sector. Measures are implemented in partner countries of the Special Initiative: Egypt, Ethiopia, Côte d'Ivoire, Ghana, Morocco, Rwanda, Tunisia, and Senegal. The focus is on African and European companies, their investments, and the associated creation of jobs. Exporting African companies" must meet expectations of buyers in the world"s and specifically EU markets, and thus, products must meet a range of quality requirements and expectations. These include binding, legal product regulations (technical regulations), voluntary technical standards of official standardization bodies, and quality and sustainability standards of private organizations. The verification of compliance with these requirements follows prescribed procedures, which leads to certification. Companies in Africa are often unable to produce products of the required quality and/or provide proof of conformity with existing regulations and standards. This restricts trade with buyers in Europe and prevents the development of a supply industry. The low quality of products hampers higher local value creation and participation in global value chains in African partner countries. Certification, however, leads to international acceptance, is a proof of internationally recognized management systems, and thus builds trust amongst international buyers. The Alliance for Product Quality in Africa seeks to improve the quality of products from African partner countries through certification, so that they comply with the demands of international buyers. That way, exports can be increased, and value chains expanded, leading to economic growth and job creation. The project contributes to employment creation and improvement in the partner countries by strengthening the competitiveness of African manufacturing companies through improved product quality and the removal of other barriers to trade and investment. This includes capacity building of company personnel as much as the capacity to install and maintain standards of production or products. It makes direct contributions to the key indicators of the Special Initiative "Decent Work for a Just Transition", particularly in the areas of better jobs, employability, cooperation with companies and investors, sustainability, and better framework conditions.
Kennung des Verfahrens: 5e3f63e9-4f52-4a9f-b6d1-7b0f41757d07
Interne Kennung: 81314049
Verfahrensart: Offenes Verfahren
Das Verfahren wird beschleunigt: nein
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 79000000 Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit
Zusätzliche Einstufung (cpv): 79400000 Unternehmens- und Managementberatung und zugehörige Dienste
2.1.2.
Erfüllungsort
Postanschrift: Friedrich-Ebert-Allee 32 + 36
Stadt: Bonn
Postleitzahl: 53113
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
2.1.3.
Wert
Geschätzter Wert ohne MwSt.: 528 800,00 EUR
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: Bekanntmachungs-ID: CXTRYY6YT65V49T5 Communication / questions can only be submitted in English using GIZ's eProcurement Tender Platform for the award of contracts.
Rechtsgrundlage:
Richtlinie 2014/24/EU
vgv -
2.1.6.
Ausschlussgründe
Rein innerstaatliche Ausschlussgründe: In accordance with §§ 123,124 GWB
Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: In accordance with §§ 123,124 GWB
Korruption: In accordance with §§ 123,124 GWB
Beteiligung an einer kriminellen Vereinigung: In accordance with §§ 123,124 GWB
Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: In accordance with §§ 123,124 GWB
Verstoß gegen umweltrechtliche Verpflichtungen: In accordance with §§ 123,124 GWB
Geldwäsche oder Terrorismusfinanzierung: In accordance with §§ 123,124 GWB
Betrugsbekämpfung: In accordance with §§ 123,124 GWB
Kinderarbeit und andere Formen des Menschenhandels: In accordance with §§ 123,124 GWB
Zahlungsunfähigkeit: In accordance with §§ 123,124 GWB
Verstoß gegen arbeitsrechtliche Verpflichtungen: In accordance with §§ 123,124 GWB
Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: In accordance with §§ 123,124 GWB
Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: In accordance with §§ 123,124 GWB
Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: In accordance with §§ 123,124 GWB
Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: In accordance with §§ 123,124 GWB
Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: In accordance with §§ 123,124 GWB
Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: In accordance with §§ 123,124 GWB
Verstoß gegen sozialrechtliche Verpflichtungen: In accordance with §§ 123,124 GWB
Zahlung der Sozialversicherungsbeiträge: In accordance with §§ 123,124 GWB
Einstellung der gewerblichen Tätigkeit: In accordance with §§ 123,124 GWB
Entrichtung von Steuern: In accordance with §§ 123,124 GWB
Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: In accordance with §§ 123,124 GWB
5. Los
5.1.
Los: LOT-0001
Titel: 81314049-Supporting SME in selected African countries to achieve export-relevant product quality certifications
Beschreibung: Services to be provided by the contractor: The Alliance for Product Quality in Africa ("the Alliance") has the following objective: "Product quality has increased in selected economic sectors and locations in Africa." At the core of the project is the direct hands-on support to companies in Africa (commercial farms, individual farmers and farmer cooperatives, commercial manufacturers of finished products or ingredients) to achieve export-relevant certifications. The primary intended impact is to strengthen Africa´s position on export markets. Being part of the German government´s Special Initiative "Decent Work for a Just Transition" (also called: Invest for Jobs), the Alliance also aims at fostering good employment. Hence the importance of certifications that document an improvement of working conditions in the production processes. The Alliance has been carrying out this work since 2020, gathering substantial experience with the implementation. Cooperation and liaison with other projects of Invest for Jobs and related topics in the partner countries also helps in optimizing the effectiveness and efficiency of the work. The contractor will contribute to the objectives of the Alliance by implementing two work packages. Work package 1 is called "Supporting African companies to achieve certifications" and its main achievement indicator is: "26 supported African companies in at least three of eight Invest for Jobs partner countries have each received at least one certificate of conformity with private standards (e.g. EU-organic, Fairtrade, GLOBALG.A.P., GOTS, COSMOS, of which at least 20 companies obtained certificates that contain requirements on improving the working conditions or on increasing the income of workers/smallholder farmers, reaching a total of 4000 workers/smallholder farmers (certificates must have concrete criteria concerning the improvement of working conditions or higher incomes, e.g. Fairtrade, Fair for Life, Naturland Fair, Demeter, GLOBALG.A.P., GLOBALG.A.P.-GRASP, Rainforest Alliance, ROC, GOTS, WRAP)." To this end, the contractor shall implement the following steps: (1) Organize calls for applications in the focus countries in order to select the companies to be supported. Pre-select the companies based on the applications and validate the pre-selection with the Alliance team. (2) Conduct on-site visits of the companies for fact-checking, validation of the selection, and first diagnosis. (3) Check compliance with ILO Core Labour Standards (4) Facilitate the signing of cooperation agreements between the companies and GIZ. (5) Establish a workplan with each company and conduct group and individual trainings as needed. (6) Organize a qualified mock audit and provide assistance to the companies concerning the non-conformities and organize the official audit with independent Certification Bodies and accompany the supported companies through the certification process. (7) Support the companies to follow up with the external audit and address eventual non-conformities (8) Provide monitoring and other reports to the Alliance team. Work package 2 is called "Trainings on quality management". It is mostly a pre-requisit for successfully implementing work package 1, but nonetheless its achievement is monitored on its own. The indicator measuring its successful implementation is: "250 out of 350 employees of African companies/agricultural enterprises involved in quality management, 175 of them women, who participated in qualification measures on quality requirements demanded by European buyers, confirm the relevance of the contents taught for their work and that they have contributed to improving product quality in their companies after their qualification measures. These activities will initially be implemented in the selected focus countries (Egypt, Ghana, Morocco). In the course of implementation, further activities may be implemented in the other partner countries of Invest for Jobs. The contractor is free to decide how many companies are supported in which countries, in which sectors the companies operate and which standards are supported (taking into account the conditions specified in the indicator). However, it is important here that the companies export or intend to export and therefore also strive for conformity with standards that are in demand on the international market. Also, at least one call for applications shall be carried out in each of the focus countries. Implementation should be carried out in close coordination with the Alliance team, but the contractor retains sufficient freedom to introduce its own innovative approaches and ideas that support the economic implementation of the activities. The main focus here is on approaches and methods for selection of the companies and implementing the support, training and coaching. The Alliance expects the contractor to design the project implementation in a way that documentation, training and other necessary adjustments within the companies to achieve conformity with international private standards be carried out as effectively as possible, while at the same time guaranteeing the sustainability of the measures.
Interne Kennung: 81314049
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 79000000 Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit
Zusätzliche Einstufung (cpv): 79400000 Unternehmens- und Managementberatung und zugehörige Dienste
Optionen:
Beschreibung der Optionen: GIZ may optionally commission contract amendments and/or increases based on the criteria in the tender documents to the successful bidder of this tender. For details, please see the terms of reference.
5.1.2.
Erfüllungsort
Postanschrift: Friedrich-Ebert-Allee 32 + 36
Stadt: Bonn
Postleitzahl: 53113
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
5.1.3.
Geschätzte Dauer
Laufzeit: 27 Monate
5.1.4.
Verlängerung
Maximale Verlängerungen: 2
Der Erwerber behält sich das Recht vor, zusätzliche Käufe vom Auftragnehmer zu tätigen, wie hier beschrieben: GIZ may optionally commission contract amendments and/or increases based on the criteria in the tender documents to the successful bidder of this tender. For details, please see the terms of reference.
5.1.6.
Allgemeine Informationen
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Noch nicht bekannt
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Verringerung der Auswirkungen auf die Umwelt
Beschreibung: - Compensation of CO2 emissions from flights within a service contract - Supporting African companies to achieve certifications of conformity with private standards (e.g. EU-organic, Fairtrade, GLOBALG.A.P., GOTS, COSMOS) and certificates that contain requirements on improving the working conditions or on increasing the income of workers/smallholder farmers (e.g. Fairtrade, Fair for Life, Naturland Fair, Demeter, GLOBALG.A.P., GLOBALG.A.P.-GRASP, Rainforest Alliance, ROC, GOTS, WRAP)
Ziel der strategischen Auftragsvergabe: Erfüllung sozialer Zielsetzungen
Beschreibung: - Supporting African companies to achieve certifications of conformity with private standards (e.g. EU-organic, Fairtrade, GLOBALG.A.P., GOTS, COSMOS) and certificates that contain requirements on improving the working conditions or on increasing the income of workers/smallholder farmers (e.g. Fairtrade, Fair for Life, Naturland Fair, Demeter, GLOBALG.A.P., GLOBALG.A.P.-GRASP, Rainforest Alliance, ROC, GOTS, WRAP) - Observation of compliance with ILO Core Labour Standards - Supporting gender equality and observation of Women's quota
Konzept zur Verringerung der Umweltauswirkungen: Klimaschutz
Konzept zur Verringerung der Umweltauswirkungen: Vermeidung und Verminderung der Umweltverschmutzung
Gefördertes soziales Ziel: Gleichstellung der Geschlechter
Gefördertes soziales Ziel: Sorgfaltspflicht im Bereich der Menschenrechte in globalen Wertschöpfungsketten
Gefördertes soziales Ziel: Faire Arbeitsbedingungen
Gefördertes soziales Ziel: Sonstiges
5.1.9.
Eignungskriterien
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Bezeichnung: Wirtschaftliche und finanzielle Leistungsfähigkeit
Beschreibung: 1. Average annual turnover for the last three years (last-but-four financial year can be included in case of tenders held within 6 months of end of last financial year), at least: 800,000.00 EUR 2. Average number of employees and managers in the last three calendar years, at least 15 persons
Kriterium:
Art: Eignung zur Berufsausübung
Bezeichnung: Eignung zur Berufsausübung
Beschreibung: 1. Self-declaration: name of company and address, tax ID, registration and commercial register number or equivalent register in accordance with the legal provisions of the country of origin. 2. No grounds for exclusion pursuant to § 123, § 124 GWB, § 22 LkSG 3. Declaration of bidding consortium and/or declaration of subcontractors (if applicable)
Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: Technische und berufliche Leistungsfähigkeit
Beschreibung: At least 3 references in the technical field of "private sector development (focus on certification)" that had a minimum commission value of EUR 500,000.00 in the last 3 years and of which at least 2 references in Africa (exclusion criterion).
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Preis
Beschreibung: Preiskriterium für "Bestangebots-Quotienten-Methode"
Gewichtung (Punkte, genau): 30
Kriterium:
Art: Qualität
Bezeichnung: Total number of points achieved according to technical assessment (incl. minimum criteria)
Beschreibung: Tenders are first rated on their technical merits in accordance with the technical assessment grid for offers specified in the tender documentation. Once the tenders have been evaluated in this way, only technical bids awarded 500 points or more will be included in the evaluation of financial bids. Technical bids that fail to reach this cut-off point will be regarded as unsuitable. The technical bid is weighted at T: 70%, the financial bid at F: 30%. Set budgets items stated in the tender documents for the financial bid are not part of the evaluation and weighting of the financial bids. Weighting is based on the formula according to Section 9 "Award criteria and the evaluation of tenders" of the Terms and conditions for application (please refer to the published tender documents).
Gewichtung (Punkte, genau): 70
Kriterium:
Art: Qualität
Bezeichnung: Total number of points achieved according to technical assessment (incl. minimum criteria)
Beschreibung: Tenders are first rated on their technical merits in accordance with the technical assessment grid for offers specified in the tender documentation. Once the tenders have been evaluated in this way, only technical bids awarded 500 points or more will be included in the evaluation of financial bids. Technical bids that fail to reach this cut-off point will be regarded as unsuitable. The technical bid is weighted at T: 70%, the financial bid at F: 30%. Set budgets items stated in the tender documents for the financial bid are not part of the evaluation and weighting of the financial bids. Weighting is based on the formula according to Section 9 "Award criteria and the evaluation of tenders" of the Terms and conditions for application (please refer to the published tender documents).
Mindestpunktzahl: 500
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
Frist für die Anforderung zusätzlicher Informationen: 25/02/2025 23:59:59 (UTC+1)
Ad-hoc-Kommunikationskanal:
5.1.12.
Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen: Nicht zulässig
Frist für den Eingang der Angebote: 06/03/2025 12:00:00 (UTC+1)
Frist, bis zu der das Angebot gültig sein muss: 116 Tage
Informationen, die nach Ablauf der Einreichungsfrist ergänzt werden können:
Nach Ermessen des Käufers können einige fehlenden Bieterunterlagen nach Fristablauf nachgereicht werden.
Zusätzliche Informationen: GIZ asks the applicant or bidder to submit, complete or correct documents, within the framework laid down by law.
Informationen über die öffentliche Angebotsöffnung:
Eröffnungsdatum: 06/03/2025 12:00:00 (UTC+1)
Auftragsbedingungen:
Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein
Bedingungen für die Ausführung des Auftrags: The execution conditions result from the information given in the contract notice and the tender documents.
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt: ja
Zahlungen werden elektronisch geleistet: ja
Informationen über die Überprüfungsfristen: According to Article 160, Section 3 of the German Act Against Restraint of Competition (GWB), application for review is not permissible insofar as 1. the applicant has identified the claimed infringement of the procurement rules before submitting the application for review and has not submitted a complaint to the contracting authority within a period of 10 calendar days; the expiry of the period pursuant to Article 134, Section 2 remains unaffected, 2. complaints of infringements of procurement rules that are evident in the tender notice are not submitted to the contracting authority at the latest by the expiry of the deadline for the application or by the deadline for the submission of bids, specified in the tender notice. 3. complaints of infringements of procurement rules that first become evident in the tender documents are not submitted to the contracting authority at the latest by the expiry of the deadline for application or by the deadline for the submission of bids, 4. more than 15 calendar days have expired since receipt of notification from the contracting authority that it is unwilling to redress the complaint. Sentence 1 does not apply in the case of an application to determine the invalidity of the contract in accordance with Article 135, Section 1 (2). Article 134, Section 1, Sentence 2 remains unaffected. According to Article 160, Section 3 of the German Act Against Restraint of Competition (GWB), application for review is not permissible insofar as 1. the applicant has identified the claimed infringement of the procurement rules before submitting the application for review and has not submitted a complaint to the contracting authority within a period of 10 calendar days; the expiry of the period pursuant to Article 134, Section 2 remains unaffected, 2. complaints of infringements of procurement rules that are evident in the tender notice are not submitted to the contracting authority at the latest by the expiry of the deadline for the application or by the deadline for the submission of bids, specified in the tender notice. 3. complaints of infringements of procurement rules that first become evident in the tender documents are not submitted to the contracting authority at the latest by the expiry of the deadline for application or by the deadline for the submission of bids, 4. more than 15 calendar days have expired since receipt of notification from the contracting authority that it is unwilling to redress the complaint. Sentence 1 does not apply in the case of an application to determine the invalidity of the contract in accordance with Article 135, Section 1 (2). Article 134, Section 1, Sentence 2 remains unaffected.
5.1.15.
Techniken
Rahmenvereinbarung: Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Die Vergabekammern des Bundes
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Organisation, die Teilnahmeanträge entgegennimmt: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
TED eSender: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
8. Organisationen
8.1.
ORG-0001
Offizielle Bezeichnung: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Registrierungsnummer: 993-80072-52
Postanschrift: Dag-Hammarskjöld-Weg 1 - 5
Stadt: Eschborn
Postleitzahl: 65760
Land, Gliederung (NUTS): Main-Taunus-Kreis (DE71A)
Land: Deutschland
Telefon: +49 6196794873
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
8.1.
ORG-0002
Offizielle Bezeichnung: Die Vergabekammern des Bundes
Registrierungsnummer: 022894990
Postanschrift: Villemombler Straße 76
Stadt: Bonn
Postleitzahl: 53123
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: +49 2289499-0
Fax: +49 2289499-163
Rollen dieser Organisation:
Überprüfungsstelle
8.1.
ORG-0003
Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registrierungsnummer: 0204:994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender
11. Informationen zur Bekanntmachung
11.1.
Informationen zur Bekanntmachung
Kennung/Fassung der Bekanntmachung: a8b9012e-752f-46af-9195-565fcab02190 - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 16
Datum der Übermittlung der Bekanntmachung: 31/01/2025 16:24:11 (UTC+1)
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
11.2.
Informationen zur Veröffentlichung
Veröffentlichungsnummer der Bekanntmachung: 76005-2025
ABl. S – Nummer der Ausgabe: 24/2025
Datum der Veröffentlichung: 04/02/2025