Öffentliche Ausschreibungen icc hofmann - Ingenieurbüro für technische Informatik
Am Stockborn 16, 60439 Frankfurt/M, FRG
Tel.: +49 6082-910101 Fax.: +49 6082-910200
E-Mail: info@icc-hofmann.net
Öffentliche Ausschreibungen

(1) Searching for "2021040609484274744" in Archived Documents Library (TED-ADL)


Ausschreibung: Unternehmens- und Managementberatung und zugehörige Dienste - DE-Frankfurt-am-Main
Unternehmens- und Managementberatung und zugehörige Dienste
Beratungsdienste im Bereich Wirtschaftsförderung
Betriebliche Inspektionen
Dokument Nr...: 171336-2021 (ID: 2021040609484274744)
Veröffentlicht: 06.04.2021
*
  DE-Frankfurt-am-Main: Unternehmens- und Managementberatung und zugehörige Dienste
   2021/S 66/2021 171336
   Auftragsbekanntmachung
   Dienstleistungen
   Rechtsgrundlage:
   Richtlinie 2014/24/EU
   Abschnitt I: Öffentlicher Auftraggeber
   I.1)Name und Adressen
   Offizielle Bezeichnung: KfW Bankengruppe
   Postanschrift: Palmengartenstr. 5-9
   Ort: Frankfurt-am-Main
   NUTS-Code: DE712 Frankfurt am Main, Kreisfreie Stadt
   Postleitzahl: 60325
   Land: Deutschland
   Kontaktstelle(n): Dr. Schwabe, Christof
   E-Mail: [6]vergabestelle@kfw.de
   Telefon: +49 6974310
   Fax: +49 6974314223
   Internet-Adresse(n):
   Hauptadresse: [7]http://kfw.de
   I.3)Kommunikation
   Die Auftragsunterlagen stehen für einen uneingeschränkten und
   vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
   [8]https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink
   /subproject/1d147d10-321d-4326-bc6d-88eba2e5f4a6
   Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
   Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
   [9]https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink
   /subproject/1d147d10-321d-4326-bc6d-88eba2e5f4a6
   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:
   Monitoring Consultant G5 Sahel Facility
   Referenznummer der Bekanntmachung: KfW-2021-0008
   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:
   The German Federal Ministry for Economic Cooperation and Development
   (BMZ) is planning to create a regional facility dedicated to the
   financing of multi-sectoral stabilisation and development measures
   tailored to the needs of different types of priority areas in response
   to the Sahel crisis  called G5 Sahel Facility. The G5 Sahel Facility
   shall be created as a German Foundation (gemeinnützige Stiftung des
   bürgerlichen Rechts) that will finance, support and monitor NGO
   projects in the Sahel region.
   The services of a monitoring consultant are requested for setting up an
   overall monitoring and evaluation framework for the G5 Sahel Facility
   program and support the Foundation in monitoring the progress of
   individual (sub)projects funded under the program. The consultant will
   be contracted by the G5 Sahel Facility and will directly report to the
   G5 Sahel Facility management. The terms of reference contain the
   detailled scope of the services.
   The duration of the monitoring consulting services will be 5 years with
   an option to be extended for another 5 years. Regarding to the contract
   value there is a budget limit of EUR 2.2 million (net).
   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)
   79411100 Beratungsdienste im Bereich Wirtschaftsförderung
   71730000 Betriebliche Inspektionen
   II.2.3)Erfüllungsort
   NUTS-Code: DE Deutschland
   II.2.4)Beschreibung der Beschaffung:
   I. Background
   The German Federal Ministry for Economic Cooperation and Development
   (BMZ) has agreed with the partner countries of the G5 Sahel,
   represented by the Executive Secretariat of the G5 Sahel (SE G5), to
   create a regional facility, dedicated to promoting peace, conflict
   prevention and development  called the G5 Sahel Facility (the
   Facility). In order to attain this objective, multisectoral projects
   will be financed in areas prioritised for the response to the crisis in
   the Sahel. The G5 Sahel Facility was initiated in 2020 and will be
   officially set up in 2021 by the KfW Development Bank on behalf of the
   German Federal Ministry for Economic Cooperation and Development (BMZ)
   in cooperation with the SE G5. The Facility will be set up as an
   independent vehicle with its own legal personality  the legal status
   chosen is that of a German civil law foundation (rechtsfähige Stiftung,
   the Foundation). The Foundation will have its seat in Frankfurt and
   can act in the sense of a trust fund. The G5 Sahel Facility seeks to
   respond to the need to rapidly improve the living conditions of the
   populations of the Sahel through rapid-impact multi-sectoral
   operations, particularly in the areas most affected by security
   problems, in a preventive or recovery/stabilisation approach, depending
   on the characterisation of the areas. Thus, the overall objective of
   the facility is to contribute to the promotion of peace, conflict
   prevention and development in selected regions of the G5 Sahel
   countries. The Sahel Facility currently has an overall funding volume
   of EUR 50 million for a 10-year period, funded by BMZ. However, the G5
   Sahel Facility is created under the premises to raise more funds for
   the region from German and other national and international donors.
   II. Objective
   The services of a monitoring consultant are requested for setting up an
   overall monitoring and evaluation framework for the G5 Sahel Facility
   program and support the Foundation in monitoring the progress of
   individual (sub)projects funded under the program. The consultant will
   be contracted by the G5 Sahel Facility and will directly report to the
   G5 Sahel Facility management. The requested consultant services have a
   strong focus on monitoring, therefore the consultant is called
   Monitoring Consultant. However, there are other parts of the
   assignment, where the consultant supports the Foundation in strategic
   analysis and other preparatory issues that reach beyond the task of
   monitoring, e.g. the selection of project regions. For some type of
   implementation partners (AGETIPS), the scope of services may even
   expand into typical implementation consultant tasks. Yet, in general,
   the Monitoring Consultant is not an implementation consultant.
   III. Scope
   The monitoring consultants tasks comprise:
    setting up a remote monitoring framework/management information
   system (RMIS);
    general progress monitoring and reporting;
    regional scoping missions and needs analysis;
    assessment of implementing partners;
    procurement monitoring;
    financial monitoring;
    technical on-site monitoring;
    support the assessment of project proposals (optional);
    implementation consultant services for block 3 projects (optional).
   IV. Location
   Due to the RMMV approach, the monitoring consultant is in principle
   independent of location, when it comes to headquarters and
   international staff. However, there should be a regional office as a
   regional base in the G5 region. For logistical reasons it is proposed
   to have this regional base in Bamako/Mali. However, the consultant may
   also propose another location that seems more convenient for him. The
   regional base shall have a permanent logistical and secretarial support
   structure. For international staff, a permanent presence in the region
   is not necessary. Independent of the regional base, in each country
   there must be a local team able to do regular visits in the project
   areas. Local teams to be set up flexibly at the place and scope of
   regional expansion of the instrument, very much dependent on portfolio
   development over the years. It is up to the consultant whether to work
   with own local staff or to subcontract with a national consulting
   company.
   V. Duration
   The duration of the monitoring consulting services will be 5 years with
   an option to be extended for another 5 years. The consulting services
   will start in the first year of the G5 Sahel Facility program, which is
   2021.
   VI. Value
   There is a budget limit of EUR 2.2 million (net).
   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: 60
   Dieser Auftrag kann verlängert werden: ja
   Beschreibung der Verlängerungen:
   The contract period will be 5 years with an option to a one-time
   prolongation for 5 years.
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   Geplante Anzahl der Bewerber: 3
   Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
   1) Evidence of relevant experience gained by the candidate since 2010
   (max 15 references) 45 points
   (a) experience in monitoring and evaluation (8 points);
   (b) experience in setting-up and handling remote management and
   monitoring systems (4 points);
   (c) experience in procurement and finance of donor-funded and NGO
   projects (7 points);
   (d) experience in site supervision of infrastructure projects,
   including ESHS safe-guards (7 points);
   (e) experience with peace promotion and conflict prevention (7 points);
   (f) experience working in West Africa (7 points);
   (g) experience of working in developing countries (5 points).
   2) Suitable staff 55 points
   (a) available international technical expertise (refer to the listed
   key personnel in 4.2) in the field of: M&E/project management,
   procurement/finance, engineering/ESHS, DNH/social cohesion,
   agriculture/value chains, business development, RMIS/IT; Requirements:
   fluent in French, regional experience, with > 8 years of work
   experience, Master degree or equivalent; Min. 8 experts - max. 1.5
   point per expert including the minimum experts (24 points);
   (b) available regional technical expertise in each country of concern
   (refer to the listed key personnel) in the field of:
   finance/procurement, engineering, business development/employment, DNH/
   social cohesion, agriculture/value chains with > 5 years of work
   experience, Bachelor degree or equivalent; Min. 6 experts per country
   in 3 countries, including Mali - max. 1.0 point per expert including
   the minimum experts (27 points);
   (c) backstopping  experience of min 10 years in
   monitoring/backstopping donor-funded projects, familiarity with KfW
   procedures is an asset. Min. 2 experts  max. 2 points per expert (not
   listed under 2.1 and 2.2) including the minimum experts (4 points).
   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:
   1) Number under which the candidate is enrolled in a professional or
   trade register kept in his member state of establishment (self
   declaration);
   2) Description of the candidate's company or consortium profile (self
   declaration)
   III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1) Overall turnover after tax in each of the last three closed
   financial years achieved the candidate or the consortium (self
   declaration; summary tables of income statement, cash flow statement
   and the opinion of the auditor);
   2) Professional risk indemnity insurance covering damages (self
   declaration).
   Möglicherweise geforderte Mindeststandards:
   1) Total net annual turnover > EUR 3 million;
   2) Professional risk indemnity insurance covering damages in the amount
   of up to EUR 1 million per year and at least EUR 1 million per claim
   and also covering financial losses caused by poor performance of
   consultancy services in the amount of up to EUR 400 000 per year and at
   least EUR 1 million per claim.
   III.1.3)Technische und berufliche Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   1) Suitable references from contracts performed in the last 10 years
   (self declaration);
   2) Enough sufficiently qualified experts (self declaration).
   Möglicherweise geforderte Mindeststandards:
   1) Suitable references
   The Candidate (as a single candidate or consortium) must submit at
   least the following references fulfilling the a.m. criteria of timing
   and financial volume:
    5 references showing his work experience in the West African Region;
    3 references showing his experience in M&E;
    1 reference showing experience in setting up/managing an RMIS;
    2 references showing experience with ESIA/ESHS assessments;
    3 references with peace promotion/conflict prevention projects.
   Note: one reference may cover several or all required experiences. Both
   completed and on-going projects are admissible (in case of on-going
   projects: please refer only to tasks already performed under the
   reference project; a maximum of 15 reference projects may be provided).
   2) Qualified experts
   (a) International experts:
   Min. 8 international experts covering: M&E/project management (min 1),
   finance and procurement (min 1), engineering (min. 1), social
   cohesion/do-no-harm (min 1) agriculture/value chains (min 1), business
   development, (min 1), RMIS/IT (min 1) with > 8 years of work
   experience, Fluent in French (level > C1) and Master degree or
   equivalent in their respective field;
   (b) National experts:
   Min. 6 national experts per country, in 3 of the 5 G5-countries,
   including Mali covering: procurement and finance (min 1), M&E/RMIS/IT
   (min 1), engineering (min 1), social cohesion/do-no-harm (min 1),
   business development/employment (min 1), agriculture /value chains (min
   1) with > 5 years of professional experience, Fluent in French (level >
   C1) and Bachelor degree or equivalent;
   (c) Backstoppers:
   Min. 2 experts with >10 years in monitoring/backstopping donor-funded
   projects, Fluent in French (level > C1) and Master degree or equivalent
   for the required staff profiles refer to the ToR (Terms of Reference)
   documents provided in the Stage 2 Tender Documents.
   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
   Verhandlungsverfahren
   IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
   Beschaffungssystem
   IV.1.5)Angaben zur Verhandlung
   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: 17/05/2021
   Ortszeit: 11:00
   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: 30/11/2021
   Abschnitt VI: Weitere Angaben
   VI.1)Angaben zur Wiederkehr des Auftrags
   Dies ist ein wiederkehrender Auftrag: nein
   VI.3)Zusätzliche Angaben:
   A request to participate has to be submitted exclusively
   electronically. A signature is not required. Candidates must carry out
   any electronic submission using the supplier portal of our e-tender
   platform [10]https://ausschreibungen.kfw.de.
   The submission of a request to participate requires a registration and
   a login. After a successful registration and login please use the tab
   Supplier Wizard to open your personal overview and to submit your
   request to participate. KfW will examine the eligibility of candidates
   on the basis of the self-declarations a candidate submits using the
   electronic forms of the Supplier Wizard and supplemental forms and
   documents (request to participate, reference list, available personnel
   list, etc.). A candidate, a consortium and each other undertaking, a
   candidate relies on to demonstrate its eligibility, has to prove with a
   self declaration (tick boxes of the supplier Wizzard) that there are no
   reasons for an exclusion due to Sections 123 and 124 of GWB.
   VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
   VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
   Offizielle Bezeichnung: Vergabekammer Bund
   Postanschrift: Villemomblerstraße 76
   Ort: Bonn
   Postleitzahl: 53113
   Land: Deutschland
   Telefon: +49 22894990
   Fax: +49 2289499163
   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:
   01/04/2021
References
   6. mailto:vergabestelle@kfw.de?subject=TED
   7. http://kfw.de/
   8. https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink/subproject/1d147d10-321d-4326-bc6d-88eba2e5f4a6
   9. https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink/subproject/1d147d10-321d-4326-bc6d-88eba2e5f4a6
  10. https://ausschreibungen.kfw.de/
--------------------------------------------------------------------------------
             Database Operation & Alert Service (icc-hofmann) for:
       The Office for Official Publications of the European Communities
                The Federal Office of Foreign Trade Information
 Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau