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: Framework agreement to support the Cities Finance Facility: Capacity Development for the financial feasibility of urban climate infrastructure projects in energy, mobility and waste sectors_Lot 3
Beschreibung: The Climate Resilient Investment in Cities (CIVIC) programme platform is a global project embedded in the policy field of "Sustainable Urban Development". It offers partner cities in the focus regions of Africa, Asia and Latin America a holistic range of support along the value chain of sustainable urban infrastructure, including a link to finance sources. The implementation of CIVIC consists of the Cities Finance Facility (CFF) and the Covenant of Mayors in Sub-Saharan Africa (CoM SSA) initiatives. It is carried out in strategic partnership with the international city networks C40 and CoM SSA. The CFF facilitates access to finance for climate change mitigation and adaptation projects in urban areas by providing technical assistance to develop cities" climate action priorities into finance-ready investment proposals. The CFF delivers technical-financial project preparation in accordance with IFC Performance Standards. Beyond, the CFF supports its partner cities in linking their projects to finance. Finally, the CFF has a strong focus on capacity development amongst City´s employees and fosters knowledge sharing. The project preparation facility is funded by the German Federal Ministry for Economic Cooperation and Development (BMZ) and the Foreign, Commonwealth and Development Office (FCDO). The fourth phase of CFF is starting in November 2024 and is expected to end in December 2027 with an estimated budget of EUR 20m and the possibility of an extension. Implementation will be in cities of the C40 network and other cities in ODA-recipient countries in Africa, Latin America, and Asia. The CFF is implemented by Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH together with the C40 Cities Climate Leadership Group (C40). Problem and potential analysis, program objective and description of the area of intervention Cities play a crucial role in reducing greenhouse gas emissions and promoting resilient development. In particular, the urban sectors of mobility, the generation of renewable energy, but also the waste sector are key for a sustainable transformation of cities in terms of a socially just transition. However, Cities frequently lack the requisite investment and financing resources to implement resilient, climate-friendly and socially just infrastructure. Furthermore, many cities face high challenges to develop robust and ready-to-finance infrastructure project proposals. As a consequence, cities often fail or even do not search for project funding. Thus, they do not capitalize on potential GHG reductions through tangible development projects, ultimately do not achieve a sustainable and just transition. The potential of cities and urban areas as effective actors in the implementation of the Paris Climate Agreement and the achievement of the global Sustainable Development Goals is not being used. Area of intervention: The CIVIC programme platform supports cities and urban areas in ODA-eligible countries worldwide in the preparation of sustainable infrastructure projects until they are ready for financing in a demand-oriented and application-based manner. The CFF initiative implemented under CIVIC focuses on the three world regions of Africa, Asia, and Latin America. Infrastructure projects include the sectors of transport, energy, and waste, which contribute to the avoidance or reduction of CO2-equivalent greenhouse gases (mitigation). The selection process of partner cities for these infrastructure projects is closely coordinated with CFF donors and implementing partners within the framework of a joint steering group. The present tender applies to the following outputs: Output 1: Partner cities are better positioned to develop climate-friendly, resilient, and inclusive urban development plans and strategies. Output 2: Finance-ready, climate-friendly, resilient and inclusive infrastructure projects are developed by partner cities in accordance with international standards for sustainable infrastructure. Output 3: The individual, organisational and institutional capacities of the partner cities with regard to linking climate-friendly, resilient and inclusive infrastructure projects to finance are improved. Output 4: The enabling framework for the preparation and financing of resilient, climate-friendly and inclusive urban infrastructure has improved at the (sub)national level.
Kennung des Verfahrens: 0ff93b3a-c3e8-420c-bc0b-2a10b5aef7f1
Interne Kennung: 81315561_3
Verfahrensart: Offenes Verfahren
Das Verfahren wird beschleunigt: nein
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste
Zusätzliche Einstufung (cpv): 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen
2.1.2.
Erfüllungsort
Beliebiger Ort
Zusätzliche Informationen: Africa, Asia and Latin America. Will be determined with the single call-off.
2.1.3.
Wert
Höchstwert der Rahmenvereinbarung: 5 802 000,00 EUR
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: Bekanntmachungs-ID: CXTRYY6YT5134QGR All communication takes place in English via communication tool in the project area of the procurement portal.
Rechtsgrundlage:
Richtlinie 2014/24/EU
vgv -
2.1.6.
Ausschlussgründe
Rein innerstaatliche Ausschlussgründe: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Korruption: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Beteiligung an einer kriminellen Vereinigung: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Verstoß gegen umweltrechtliche Verpflichtungen: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Geldwäsche oder Terrorismusfinanzierung: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Betrugsbekämpfung: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Kinderarbeit und andere Formen des Menschenhandels: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Zahlungsunfähigkeit: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Verstoß gegen arbeitsrechtliche Verpflichtungen: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Verstoß gegen sozialrechtliche Verpflichtungen: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Zahlung der Sozialversicherungsbeiträge: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Einstellung der gewerblichen Tätigkeit: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Entrichtung von Steuern: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: Please refer to the exclusion criteria §§ 123 and 124 GWB (see tender documents, form Self-declaration of eligibility by tenderers).
5. Los
5.1.
Los: LOT-0001
Titel: Framework agreement to support the Cities Finance Facility: Capacity Development for the financial feasibility of urban climate infrastructure projects in energy, mobility and waste sectors_Lot 3
Beschreibung: The purpose of this tender is to conclude a framework agreement in 3 lots, for the provision of consultancy services by qualified experts during the term of the agreement. The aim is to commission several consultancy companies in each lot under a single framework agreement (referred to as a pool of contractors). The assignments for the provision of consulting services are called off from these pools per lot under this framework agreement. The framework agreements is split into the following lots: - Lot 1: "Energy" with no more than 8 contractors - Lot 2: "Transport" with no more than 8 contractors - Lot 3: "Waste" with no more than 8 contractors It is possible to submit a tender for one lot, for several lots or for all lots simultaneously. The definition and scope of the support expected by the contractors will be determined after the CFF City Selection Process with the applicant cities, which is foreseen in beginning of Q2/2025. The support expected by the contractors is divided into four work packages. Work Package 1: Verification of Technical Assistance Operational Plans and Capacity Development measures. Main aspects to cover in the inception report are the description of involved local partners including a stakeholder map, a description of observations and possible risks in the planning and implementation, a draft work plan as well as a short analysis of the governance structures of the city and (if applicable) future operating public enterprises. Work Package 2: Technical Assistance to Partner Cities. The contractor will develop various specific (pre-)feasibility studies contributing to the legal, technical, economic, social and environmental aspects of the project and in relation to the subject of the concerned lot. The consultants will ensure the assessment and mitigation of specific project environmental and social (E&S) risks and impacts in reference to the IFC Performance Standards and/or national legislation. Work Package 3: Capacity Development, where the contractor will be responsible to facilitate trainings, workshops, visits and other measures focusing on the development of the partner´s employee"s capacities in preparing and executing the planned sustainable infrastructure project. In addition, a survey on the usefulness of the facilitated measures has to be carried out by the contractors and needs to be reported to GIZ. Work Package 4: Lessons Learnt, where the contractor will be responsible for developing and facilitating a workshop with the main stakeholders and report the lessons learned to GIZ and the partner cities. In addition, the contractor needs to develop a roadmap for upscaling in which the critical steps, timelines and processes are highlighted. Tender process The process is conducted as an open procedure, which means that negotiations are precluded. To this end, the request to participate and the technical tender and the price schedule amongst others are to be submitted simultaneously. The second step ("procurement by tender of the city-contracts", so called "mini-competitions") is planned after the successful conclusion of the framework agreement. It consists of tendering city contracts for consultancy services in support of CFF partner cities in the preparation of urban climate infrastructure projects based on the respective operational plans and capacity development plans. To tender a specific city contract, GIZ will send a Request for Proposal to all (maximum 8) selected consultancy firms (consultancy pool).
Interne Kennung: 81315561_3
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste
Zusätzliche Einstufung (cpv): 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen
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
Beliebiger Ort
Zusätzliche Informationen: Africa, Asia and Latin America. Will be determined with the single call-off.
5.1.3.
Geschätzte Dauer
Laufzeit: 28 Monate
5.1.4.
Verlängerung
Maximale Verlängerungen: 3
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
Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: nein
Zusätzliche Informationen: This tender is suited for small and medium-sized enterprises (SMEs). Due to a technical error, this information cannot be entered in the form.
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Verringerung der Auswirkungen auf die Umwelt
Beschreibung: CO2-Kompensation
Ziel der strategischen Auftragsvergabe: Erfüllung sozialer Zielsetzungen
Beschreibung: Verhaltenskodex der GIZ
Konzept zur Verringerung der Umweltauswirkungen: Klimaschutz, Vermeidung und Verminderung der Umweltverschmutzung, Die nachhaltige Nutzung und Schutz von Wasser- und Meeresressourcen
Gefördertes soziales Ziel: Gleichstellung der Geschlechter
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: 2000000 EUR 2. Average number of employees and managers in the last three calendar years, at least 10 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: 1. The technical assessment is only based on reference projects with a minimum commission value of 200000 EUR. 2. At least 5 references in the technical field of technical and technical and economic (pre-)feasibility studies or due diligence assessment of sustainable urban waste projects of which at least 5 references in the region of Africa, Asia or Latin America in the last 3 years.
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
Frist für die Anforderung zusätzlicher Informationen: 22/04/2025 23:59:59 (UTC+2)
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: 28/04/2025 12:00:00 (UTC+2)
Frist, bis zu der das Angebot gültig sein muss: 126 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: 28/04/2025 12:00:00 (UTC+2)
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
5.1.15.
Techniken
Rahmenvereinbarung: Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb
Höchstzahl der teilnehmenden Personen: 8
Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammern des Bundes
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.
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 6196794961
Fax: +49 6196791115
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammern des Bundes
Registrierungsnummer: 022894990
Postanschrift: Kaiser-Friedrich-Straße 16
Stadt: Bonn
Postleitzahl: 53113
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
Kennung/Fassung der Bekanntmachung: 2b820253-31cf-4060-b1cd-25ea7f0c5f2f - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 16
Datum der Übermittlung der Bekanntmachung: 26/03/2025 12:21:58 (UTC+1)
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 197049-2025
ABl. S – Nummer der Ausgabe: 61/2025
Datum der Veröffentlichung: 27/03/2025