Environmental and Social Consulting Services Referenznummer der Bekanntmachung: KfW-2021-0058

Auftragsbekanntmachung

Dienstleistungen

Rechtsgrundlage:
Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber

I.1)Name und Adressen
Offizielle Bezeichnung:[gelöscht]
Postanschrift:[gelöscht]
Ort: Frankfurt am Main
NUTS-Code: DE712 Frankfurt am Main, Kreisfreie Stadt
Postleitzahl: 60325
Land: Deutschland
Kontaktstelle(n):[gelöscht]
E-Mail: [gelöscht]
Internet-Adresse(n):
Hauptadresse: http://kfw.de
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink/subproject/76029ee5-9a83-4240-9944-6f7cf5a0c22a
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
I.4)Art des öffentlichen Auftraggebers
Einrichtung des öffentlichen Rechts
I.5)Haupttätigkeit(en)
Wirtschaft und Finanzen

Abschnitt II: Gegenstand

II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Environmental and Social Consulting Services

Referenznummer der Bekanntmachung: KfW-2021-0058
II.1.2)CPV-Code Hauptteil
79400000 Unternehmens- und Managementberatung und zugehörige Dienste
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:

Environmental and Social Consulting Services for KCUS.

II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
79400000 Unternehmens- und Managementberatung und zugehörige Dienste
II.2.3)Erfüllungsort
NUTS-Code: DE712 Frankfurt am Main, Kreisfreie Stadt
II.2.4)Beschreibung der Beschaffung:

KfW’s Competence Centre for Environment and Climate (KCUS) provides services in the field of environmental and social sustainability for KfW Development Bank, KfW IPEX-Bank and other business units of KfW. The objective of this tender is to establish a framework agreement with three environmental and social consultancy firms (Consultants) to provide expert services required by KCUS. The Consultants will perform the tendered services on the basis of single assignments. KCUS will either allocate them on the basis of a cascade-system if the services to be executed are standard tasks or by awarding them on grounds of a mini-competition between the three Consultants if the services to be performed are non-standard tasks.The anticipated average duration of single assignments containing the performance of a standard task is 2-3 weeks and the labour effort around about 3-10 workdays. Each standard task will be offered to the Consultant who is next in the cascade-system with a mobilization notice of 2 – 3 days, with the exception of field missions, for which more time will be allowed for mobilization. KCUS will require the consultants to appoint task teams to cover the full complement of the skills needed to execute tasks, before accepting them. The sectoral and geographic variables in the definition of tasks will vary considerably. KCUS does not foresee any specific fields of specialisation. However, generally the requirements regarding both standard and non-standard tasks are expected to arise in the following sectors:

1. Energy (e.g. renewables, geothermal and thermal power)

2. Infrastructure (e.g. roads, transmission lines, railways, pipelines, airports, harbours)

3. Waste management (e.g. waste treatment plants, landfills)

4. Water supply and sanitation (irrigation, waste water treatment plants, sewage networks)

5. Water resources (e.g. dams, desalination plants, water management)

6. Health care, education and basic services programmes

7. Agribusiness and agricultural programmes

8. Emergency programmes, humanitarian aid

9. Conservation / Nature protection / Protected areas management

10. Policy based approaches (Policy based funding, Results based financing)

11. Financial Intermediaries

12. Mining and extractives

13. Industrial facilities (e.g. cement, steel, refinery, automotive, petrochemical plants)

14. Oil and gas (e.g. refineries, pipelines, terminals)

Particularly complex tasks will require specialised base-office support. To ensure the high quality of deliverables needed and effective coordination with the base office, KCUS will require dedicated project management and quality assurance capabilities within the core team.

KfW estimates that the required max. number of person-days required during the entire term of the framework agreement is 1100.

II.2.5)Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems
Laufzeit in Monaten: 48
Dieser Auftrag kann verlängert werden: nein
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:

The tenderer must disclose the professional or trade register he is enrolled in and the number under which his business is referred to therein: A Tenderer who is registered abroad shall indicate the number of the foreign professional and/or trade register he is enrolled in and which is kept in the country where he has his registered office or his place of residence. Indications must be made in "Declarations concerning eligibility".

III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Yearly overall turnover

Indications must be made in "Declarations concerning eligibility",

Möglicherweise geforderte Mindeststandards:

The tenderer must have a minimum yearly overall turnover after tax of at least [Betrag gelöscht] EUR in each of the last three (2018, 2019, 2020) completed financial years.

III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

* Minimum Number of qualified Core Team Members

* Qualification of the Team Coordinator

* Qualification of the Envionmental Experts

* Qualification of the Social Experts

* Sector Knowledge of the Environmental Experts and Social Experts

* Sufficient number of Experts and their qualification

Indications must be made in "Declarations concerning eligibility", in "Short CV Team Coordinator", in "Short CVs Environmental Experts" and in "Short CVs Social Experts".

Möglicherweise geforderte Mindeststandards:

*Minimum Number of Qualified Core Team Members:

Enough sufficiently qualified experts of the core team responsible for the execution of the contract, namely:

Total of at least 5 experts for the Core Team, of which:

• For the role of Team Coordinator: 1 expert meeting the minimum requirements (see below)

• For the role of Environmental Expert: at least 2 experts meeting the minimum requirements (see below)

• For the role of Social Expert: at least 2 experts meeting the minimum requirements (see VI.3)

* Qualification of the Team Coordinator:

- Minimum academic qualifications

Master’s Degree or a degree of equivalent level in studies with immediate relevance to the conduct of environmental and social assessments, such as:

• Environmental or Agricultural Sciences, or

• Natural Sciences, or

• Environmental Engineering, or

• Anthropology, or

• Ethnology, or

• Geography, or

• Related subjects.

- Minimum knowledge and skills:

• Team management skills: organisation, communication, objective setting, and performance appraisal

• Quality management skills: critical requirement assessment, expectations management, and problem-solving

• Effective verbal and writing communication skills

• Fluent (written and spoken) in English

- Minimum general professional experience in dealing with tasks or in performing services of the tendered kind:

• At least 5 years of experience in responsibly directing and managing international projects immediately related to environmental and social assessment or management and due diligence.

• At least 2 years of project management experience gained in an environment characterised by a workflow with a high ratio of short-term environmental and social expert assignments within the project or program.

• At least 3 years of experience in managing and supervising quality control measures with regards to environmental and social impact assessments funded by development banks or Equator Principles Financial Institutions (such as World Bank, ADB, AfDB, IDB, AFD, KfW, IFC, DEG, FMO, CDC, Proparco and similar development banks or Equator Principles Financial Institutions, see www.equator–principles.com), Financial Intermediaries or Public Sector Partners and Institutions

- Minimum project experience comparable to the tendered assignment:

The Team Coordinator must, as a minimum requirement, have experience in providing services of the tendered kind in the past by executing reference projects comparable to this assignment for other purchasers. These project references must satisfy all following minimum requirements:

1. At least 5 project references need to be submitted.

2. Each project must have been implemented in terms of one of the following standards:

a. World Bank Environmental and Social Standards, or

b. IFC Performance Standards or

c. Standards of similar development banks (ADB, IDB, AfDB, EBRD, EIB) or

d. Equator Principles.

3. At least one reference must demonstrate experience with the World Bank Environmental and Social Standards and at least one reference must demonstrate experience with the IFC Performance Standards.

4. Each project reference must be completed after 2014. The project references must involve at least 10 working days of expert’s input.

5. Through the required minimum amount of 5 personal project references, the Team Coordinator must demonstrate experience in dealing with each of the following tasks at least once in the role of project manager, showing his or her ability of covering the task. The 5 reference projects must together demonstrate the expert’s experience regarding the following:

a. Environmental and social appraisal, and

b. Gap analysis of an Environmental and Social Impact Assessment with an Environmental and Social Action Plan.

* Qualification of the Envionmental Experts

- Minimum academic qualifications:

Master’s Degree or a degree of equivalent level in studies with immediate relevance to the conduct of environmental assessments, such as:

• Environmental or Agricultural Sciences, or

• Natural Sciences, or,

• Environmental Engineering, or

• Geography, or

• Ecology or

• Related subjects.

- Minimum knowledge and skills:

• Knowledge of the environmental risks and impacts including community health and safety and security and occupational health and safety and working conditions in at least five of the sectors listed in VI.3; Knowledge of at least twelve sectors must be demonstrated among the core team environmental experts.

• Comprehensive knowledge of environmental and good knowledge of social standards of the World Bank Group, the Equator Principles and other international standards in the area of environmental and social management and due diligence.

• Understanding of the KfW requirements towards environmental and social assessments, which are detailed in the sustainability guidelines of KfW IPEX-Bank and KfW Development Bank, both of which are attached as Annex 2_a and Annex 2_b to the contract terms and conditions.

• Fluent (written and spoken) in English, and in addition, French or Spanish. All environmental experts combined must demonstrate fluency in French and Spanish.

- Minimum general professional experience in dealing with tasks or in performing services of the tendered kind:

• At least 6 years of experience in an advisory role in environmental and resource protection, developing and implementing environmental management plans, protecting neighbouring communities or areas with biodiversity values.

• At least 3 years of experience in conducting environmental impact assessments for projects funded by development banks or Equator Principles Financial Institutions.

• At least 3 years of experience in implementing and monitoring environmental management plans for projects funded by development banks or Equator Principles Financial Institutions.

- Minimum project experience comparable to the tendered assignment:

The Environmental Expert must, as a minimum requirement, have experience in providing services of the tendered kind in the past by executing reference projects comparable to this assignment for other purchasers. These project references must satisfy all of the following minimum requirements:

1. At least 5 project references need to be submitted.

2. Each project must have been implemented in terms of one of the following standards:

a. World Bank Environmental and Social Standards, or

b. IFC Performance Standards or

c. Standards of similar development banks (ADB, IDB, AfDB, EBRD, EIB) or

d. Equator Principles.

3. At least one reference must demonstrate experience with the World Bank Environmental and Social Standards and at least one reference must demonstrate experience with the IFC Performance Standards.

4. Each personal project reference must be completed after 2014. Personal project references must involve at least 10 working days of expert’s input.

5. Through the required minimum amount of 5 personal project references, the expert must demonstrate experience in dealing with each of the following tasks at least once in the role of principle responsible, showing his or her ability of covering the task. The 5 reference projects must together demonstrate the expert’s experience regarding the following:

a. Environmental and social appraisal (environmental and resource protection aspects only), and

b. Gap analysis of an Environmental and Social Impact Assessment (environmental and resource protection aspects only).

Due to the character limitation in this section, the remaining minimum requirements concerning the Qualification of the Social Experts, the Sector Knowledge of the Envionmental and Social Experts, and the Sufficient Number of Experts and their Qualification are indicated in VI.3.

III.2)Bedingungen für den Auftrag
III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind

Abschnitt IV: Verfahren

IV.1)Beschreibung
IV.1.1)Verfahrensart
Offenes Verfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem
Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern
Geplante Höchstanzahl an Beteiligten an der Rahmenvereinbarung: 3
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: ja
IV.2)Verwaltungsangaben
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 28/01/2022
Ortszeit: 12:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können:
Englisch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 22/04/2022
IV.2.7)Bedingungen für die Öffnung der Angebote
Tag: 28/01/2022
Ortszeit: 12:00

Abschnitt VI: Weitere Angaben

VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
Aufträge werden elektronisch erteilt
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3)Zusätzliche Angaben:

°Due to the character limitation, the remaining minimum requirements concerning the Qualification of the Social Experts, the Sector knowledge of the Environmental Experts and Social Experts , and the Sufficient Number of Experts and their Qualification are indicated below.

*Qualification of the Social Experts

- Minimum academic qualifications:

Master’s Degree or a degree of equivalent level in studies with immediate relevance to the conduct of social assessments, such as

• Anthropology, or

• Ethnology, or

• Sociology, or

• Related subjects.

- Minimum knowledge and skills:

• Knowledge of the social risks and impacts including Human Rights Impact Assessment, employment and working conditions (ILO conventions) and social-economic conditions and livelihoods in the affected communities in at least five of the sectors listed below in the section "Sector Kowledge of the Environmental Experts and Social Experts"; Knowledge of least twelve sectors must be demonstrated among the core team social experts.

• Comprehensive knowledge of social and good knowledge of environmental standards of the World Bank Group, the Equator Principles and other international standards in the area of environmental and social management and due diligence.

• Understanding of the KfW requirements towards social and environmental assessments, which are detailed in the sustainability guidelines of KfW IPEX-Bank and KfW Development Bank, both of which are attached as Annex 2_a and Annex 2_b to the contract terms and conditions.

• Fluent (written and spoken) in English, and in addition, French or Spanish. All social experts combined must have fluency in French and Spanish.

- Minimum general professional experience in dealing with tasks or in performing services of the tendered kind:

• At least 6 years of experience in an advisory role with project affected communities, development and implementation of resettlement plans and livelihoods restauration plans, stakeholder and community engagement.

• At least 3 years of experience in conducting social impact assessments and human rights assessments in projects funded by development banks or Equator Principles Financial Institutions.

• At least 3 years of experience in implementing and monitoring social management plans for projects funded by development banks or Equator Principles Financial Institutions.

- Minimum project experience comparable to the tendered assignment:

The Social Expert must, as a minimum requirement, have experience in providing services of the tendered kind in the past by executing reference projects comparable to this assignment for other purchasers. These project references must satisfy all of the following minimum requirements:

1. At least 5 project references need to be submitted.

2. Each project must have been implemented in terms of one of the following standards:

a. World Bank Environmental and Social Standards, or

b. IFC Performance Standards or

c. Standards of similar development banks (ADB, IDB, AfDB, EBRD, EIB) or

d. Equator Principles.

3. At least one reference must demonstrate experience with the World Bank Environmental and Social Standards and at least one reference must demonstrate experience with the IFC Performance Standards.

4. Each personal project reference must be completed after 2014. Personal project references must involve at least 10 working days of expert’s input.

5. Through the required minimum amount of 5 personal project references, the expert must demonstrate experience in dealing with each of the following tasks at least once in the role of principle responsible, showing his or her ability of covering the task. The 5 reference projects must together demonstrate the expert’s experience regarding the following:

a. Environmental and social appraisal (social and human rights aspects only), and

b. Gap analysis of an Environmental and Social Impact Assessment (social and human rights aspects only).

* Sector Kowledge of the Environmental Experts and Social Experts

The Environmental Experts and the Social Experts must fulfil their minimum knowledge and skills requirements in relation to the following sectors:

• Energy (e.g. renewables, geothermal and thermal power)

• Infrastructure (e.g. roads, transmission lines, railways, pipelines, airports, harbours)

• Waste management (e.g. waste treatment plants, landfills)

• Water supply and sanitation (irrigation, waste water treatment plants, sewage networks)

• Water resources (e.g. dams, desalination plants, water management)

• Health care, education and basic services programmes

• Agribusiness and agricultural programmes

• Emergency programmes, humanitarian aid

• Conservation / Nature protection / Protected areas management

• Policy based approaches (Policy based funding, Results based financing)

• Financial Intermediaries

• Mining and extractives

• Industrial facilities (e.g. cement, steel, refinery, automotive, petrochemical plants)

• Oil and gas (e.g. refineries, pipelines, terminals)

* Sufficient Number of Experts and their Qualification

The tenderer must have access to a sufficient number of experts (Expert Pool) who meet the profile and qualification requirements

• At least 2 Emissions and Pollution Control Experts

• At least 2 Biodiversity Management Experts

• At least 2 Resettlement and Community Relations Experts

• At least 1 Indigenous Peoples Expert

• At least 1 Cultural Heritage Expert

• At least 2 Occupational Health and Safety Experts

The Expert Pool members must, as a minimum, have the following qualifications:

- A completed Master’s Degree or a degree of equivalent level in studies with immediate relevance to the proposed role in the assignment

- At least 6 years of experience in advisory roles in projects immediately related to environmental and social assessment or management and due diligence

- Experience with the World Bank Environmental and Social Standards or the IFC Performance Standards.

°Tenders need to be submitted exclusively electronically in text form. A signature is not required. Bidders

must carry out the electronic submission using the supplier portal of KfW’s e-tender platform at https://ausschreibungen.kfw.de. The submission of a Tender requires you to register and to log in. After you have registered and logged in, please use the tab ‘Supplier Wizard’ to open your personal overview and to submit your tender. The preparation of the Tender has to be done by feeding our Supplier Wizard with information and also by attaching several forms and documents to the tender by uploading them within the Supplier Wizard`s tab “Own attachments”. While all forms are provided through KfW, you will need to prepare the concept (max. DIN-A-5 pages) requested by KfW yourself. A list of the forms and documents that have to be uploaded with the tender – some of them only in case they are applicable – is given in Chapter 12 of the "Conditions for Participation". KfW will examine the eligibility of bidders on the basis of the self-declarations a bidder has submitted using the Supplier Wizard and supplementary forms (for References etc.). A bidder, a consortium of bidders and each

other undertaking a bidder relies on to demonstrate his eligibility, has to prove with a self declaration (tick boxes of the Supplier Wizard) that there are no reasons for an exclusion due to Sections 123 and 124 of GWB.

° The tenderer must submit the external annexes “Declarations concerning eligibility” “Short CV of the Team Coordinator”, “Short CVs of the Social Expert”, “Short CV of the Environmental Expert”, “Price Sheet” and a written concept (max. 5 Din-A-4 pages), using the Supplier Wizard`s tab “Own attachments".

VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung:[gelöscht]
Postanschrift:[gelöscht]
Ort: Bonn
Postleitzahl: 53113
Land: Deutschland
Telefon: [gelöscht]
Fax: [gelöscht]
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:

§ 160 (3) (4) GWB: a petition for review is inadmissible if more than 15 calendar days have elapsed after receipt

of the notification from the client to remedy the complaint.

VI.5)Tag der Absendung dieser Bekanntmachung:
28/12/2021

Wähle einen Ort aus Hessen

Aarbergen
Abtsteinach
Ahnatal
Allendorf (Eder)
Allendorf (Lumda)
Alsfeld
Amöneburg
Aßlar
Babenhausen
Bad Arolsen
Bad Camberg
Bad Emstal
Bad Endbach
Bad Hersfeld
Bad Homburg vor der Höhe
Bad Karlshafen
Bad König
Bad Nauheim
Bad Orb
Bad Salzschlirf
Bad Schwalbach
Bad Soden am Taunus
Bad Soden-Salmünster
Bad Sooden-Allendorf
Bad Vilbel
Bad Wildungen
Bad Zwesten
Battenberg (Eder)
Baunatal
Bebra
Bensheim
Berkatal
Beselich
Biblis
Biebergemünd
Biebertal
Biebesheim am Rhein
Biedenkopf
Birstein
Bischoffen
Borken
Braunfels
Brechen
Brensbach
Breuberg
Breuna
Brombachtal
Bruchköbel
Büdingen
Burgwald
Bürstadt
Buseck
Büttelborn
Butzbach
Calden
Cölbe
Darmstadt
Dieburg
Diemelsee
Diemelstadt
Dietzenbach
Dietzhölztal
Dillenburg
Dornburg
Dreieich
Driedorf
Ebersburg
Ebsdorfergrund
Echzell
Edermünde
Edertal
Egelsbach
Ehrenberg (Rhön)
Ehringshausen
Eichenzell
Einhausen
Eiterfeld
Elbtal
Eltville am Rhein
Elz
Eppstein
Erbach
Erlensee
Erzhausen
Eschborn
Eschenburg
Eschwege
Espenau
Fernwald
Flörsheim-Wicker
Florstadt
Frankenau
Frankenberg (Eder)
Frankfurt am Main
Fränkisch-Crumbach
Freigericht
Friedberg
Friedewald
Friedrichsdorf
Fritzlar
Fronhausen
Fulda
Fuldabrück
Fuldatal
Gedern
Geisenheim
Gelnhausen
Gernsheim
Gersfeld
Gießen
Gilserberg
Gladenbach
Glashütten (Taunus)
Glauburg
Grävenwiesbach
Grebenhain
Greifenstein
Griesheim
Groß-Gerau
Groß-Umstadt
Groß-Zimmern
Großalmerode
Großenlüder
Großkrotzenburg
Grünberg
Gründau
Gudensberg
Guxhagen
Habichtswald
Hadamar
Haiger
Hainburg
Hammersbach
Hanau
Hasselroth
Hattersheim am Main
Haunetal
Heidenrod
Helsa
Heppenheim
Herborn
Herbstein
Heringen (Werra)
Hessisch Lichtenau
Heuchelheim an der Lahn
Heusenstamm
Hirzenhain
Hochheim am Main
Höchst im Odenwald
Hofbieber
Hofgeismar
Hofheim am Taunus
Hohenahr
Hohenstein
Homberg (Efze)
Homberg (Ohm)
Hosenfeld
Hünfeld
Hünfelden
Hungen
Hünstetten
Hüttenberg
Idstein
Immenhausen
Karben
Kassel
Kaufungen
Kelkheim
Kelsterbach
Kiedrich
Kirchhain
Kirtorf
Knüllwald
Königstein im Taunus
Korbach
Kriftel
Kronberg im Taunus
Lahnau
Lahntal
Lampertheim
Langen
Langenselbold
Langgöns
Laubach
Lauterbach
Leun
Lich
Liederbach am Taunus
Limburg
Linden
Linsengericht
Lohfelden
Lohra
Lollar
Lorsch
Mainhausen
Maintal
Marburg
Meinhard
Meißner
Melsungen
Mengerskirchen
Merenberg
Messel
Michelstadt
Mittenaar
Mörfelden-Walldorf
Mörlenbach
Mücke-Merlau
Mühlheim am Main
Mühltal
Münchhausen
Münster (Hessen)
Nauheim
Neckarsteinach
Neu-Anspach
Neu-Eichenberg
Neu-Isenburg
Neuenstein
Neuental
Neuhof (bei Fulda)
Neukirchen
Neustadt (Hessen)
Nidda
Niddatal
Nidderau
Niedenstein
Niederaula
Niederdorfelden
Niedernhausen
Niestetal
Ober-Ramstadt
Oberaula
Obertshausen
Oberursel
Oberweser
Oberzent
Oestrich-Winkel
Offenbach am Main
Ortenberg
Ottrau
Pfungstadt
Philippsthal (Werra)
Pohlheim
Rabenau
Raunheim
Rauschenberg
Reichelsheim (Odenwald)
Reichelsheim (Wetterau)
Reinhardshagen
Reinheim
Reiskirchen
Riedstadt
Rockenberg
Rodenbach (Main-Kinzig-Kreis)
Rödermark
Rodgau
Ronneburg
Ronshausen
Rosbach vor der Höhe
Roßdorf
Rotenburg an der Fulda
Rüdesheim am Rhein
Runkel
Rüsselsheim am Main
Schaafheim
Schlangenbad
Schlitz
Schlüchtern
Schöffengrund
Schöneck
Schotten
Schrecksbach
Schwalbach am Taunus
Schwalmstadt
Seeheim-Jugenheim
Seligenstadt
Selters (Taunus)
Sinn
Söhrewald
Solms
Sontra
Spangenberg
Stadtallendorf
Steinau an der Straße
Steinbach (Taunus)
Stockstadt am Rhein
Sulzbach
Taunusstein
Trendelburg
Usingen
Vellmar
Viernheim
Vöhl
Wabern
Wächtersbach
Waldeck
Waldems
Waldsolms
Walluf
Wanfried
Wehretal
Wehrheim
Weilburg
Weilmünster
Weilrod
Weimar (Lahn)
Weißenborn
Weiterstadt
Wettenberg
Wetter
Wetzlar
Wiesbaden
Wildeck
Willingen
Willingshausen
Witzenhausen
Wölfersheim
Wolfhagen
Wöllstadt
Zierenberg
Zwingenberg