(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
|