(1) Searching for "2018121409025924645" in Archived Documents Library (TED-ADL)
Ausschreibung: Ausbildung - DE-Berlin
Ausbildung
Dokument Nr...: 549490-2018 (ID: 2018121409025924645)
Veröffentlicht: 14.12.2018
*
DE-Berlin: Ausbildung
2018/S 241/2018 549490
Auftragsbekanntmachung
Bauauftrag
Legal Basis:
Richtlinie 2014/24/EU
Abschnitt I: Öffentlicher Auftraggeber
I.1)Name und Adressen
Evangelisches Werk für Diakonie und Entwicklung e.V.
Caroline-Michaelis-Straße 1
Berlin
10115
Deutschland
Kontaktstelle(n): Kerstin Plaum
Telefon: +49 30-65211-1543
E-Mail: [1]bus-tansania@brot-fuer-die-welt.de
Fax: +49 30-65211-3543
NUTS-Code: DE300
Internet-Adresse(n):
Hauptadresse: [2]www.brot-fuer-die-welt.de
I.2)Informationen zur gemeinsamen Beschaffung
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[3]http://bfdw.de/ausschreibung112018
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten
Kontaktstellen
I.4)Art des öffentlichen Auftraggebers
Andere: NGO
I.5)Haupttätigkeit(en)
Andere Tätigkeit: Development Cooperation
Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:
Consultancy and Support Services in Tanzania
II.1.2)CPV-Code Hauptteil
80500000 - DA26
II.1.3)Art des Auftrags
Bauauftrag
II.1.4)Kurze Beschreibung:
The Client, Evangelisches Werk für Diakonie und Entwicklung e.V.,
engages in development work by supporting the development work of
partner organisations in Tanzania. The service to be delivered under
this contract is support (through advice, training, coaching, including
in the form of capacity building) for the Client's partner
organisations in Tanzania, to ensure that the latter establish the
necessary organisational foundation to comply with the Client's
requirements for providing funding (prerequisites for funding), in
relation to financial management (Lot 1) and impact-oriented planning,
monitoring and evaluation (PME) (Lot 2).
II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: ja
Angebote sind möglich für alle Lose
Maximale Anzahl an Losen, die an einen Bieter vergeben werden können: 2
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Financial Management
Los-Nr.: 1
II.2.2)Weitere(r) CPV-Code(s)
80500000 - DA26
II.2.3)Erfüllungsort
NUTS-Code: 00
Hauptort der Ausführung:
Tanzania; the regions of Dar es Salaam, Mara, Mwanza, Shinyanga,
Arusha, Manyara, Kilimanjaro, Tanga, Dodoma, Mbeya, Njombe, Morogoro,
Kagera and Pwani. Some of the organisations operate nationwide.
II.2.4)Beschreibung der Beschaffung:
With regard to financial management, the consultancy services encompass
the following areas and tasks:
identifying the partner organisations' need for advice and support on
financial management, in the light of the prerequisites for funding,
assisting them to satisfy the prerequisites for funding with regard
to financial/budget planning, monitoring trends in income and
expenditure and preparing financial reports,
assisting to make specific changes within the partner organisation
and/or the project, as required in order to comply with the Client's
prerequisites for funding,
assisting to identify any further need for advice, going beyond
specific changes,
assisting to select and instruct auditors in relation to the funding
provided by the Client,
assist with preparing for the Client's audits of the partner
organisations,
assist with the follow-up from audits, in particular by evaluating
the results of the audit report and management letter and identifying
and, where applicable, implementing, the resulting
consequences/recommendations,
supporting dialogue between the Client and the partner organisation
in these areas and helping on any further issues relating to the
prerequisites for funding.
The Client estimates an input of between 75 and 125 days per year for
the period of the contract.
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
Beginn: 01/04/2019
Ende: 31/12/2022
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The Client can request an extension of the agreement by one further
year until 31.12.2023.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Mindestzahl: 3
Höchstzahl: 5
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
Suitability to pursue the professional activity, economic and financial
standing as well as technical and professional ability for providing
the services and whether they are regarded as reliable.
The selection will be made on the basis of the relevance of the
references presented (similar activities and services performed in the
previous 3 years), taking account of the technical content, the nature
of the activity (training, consultancy), familiarity with the funding
conditions of international donor organisations and with the type of
target group involved in the contract being placed, as well as the
quantity and value of those services/activities and their diversity and
scope.
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
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
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Impact-Oriented Planning, Monitoring, and Evaluation (PME)
Los-Nr.: 2
II.2.2)Weitere(r) CPV-Code(s)
80500000 - DA26
II.2.3)Erfüllungsort
NUTS-Code: 00
Hauptort der Ausführung:
Tanzania; the regions of Dar es Salaam, Mara, Mwanza, Shinyanga,
Arusha, Manyara, Kilimanjaro, Tanga, Dodoma, Mbeya, Njombe, Morogoro,
Kagera and Pwani. Some of the organisations operate nationwide.
II.2.4)Beschreibung der Beschaffung:
With regard to Outcome and Impact-Oriented Planning, Monitoring,
Evaluation (OIO-PME), the consultancy services encompass the following
areas and tasks:
identifying the partner organisations' need for advice and support
with regard to complying with the prerequisites for funding in the
field of OIO- PME,
providing advice on complying with the prerequisites for funding in
relation to OIO-PME, and on how to prepare interim and final reports.
This includes the stringent application of outcome and impact-oriented
logic and coherent planning in relation to problem analysis, target
groups, objectives, indicators and activities, the formulation of
realistic objectives and indicators expressed at outcome level, a
monitoring system that includes regular, evidence-based outcome
measurement and reporting that is outcome and impact oriented and based
on objectives and indicators,
assisting to make specific changes within the partner organisation
and/or the project, as required in order to comply with the
prerequisites for funding,
assisting to identify any further need for advice, going beyond
specific changes,
assisting partner organisations to prepare, carry out and follow up
on evaluations related to the funding provided by the Client. This
includes helping to develop the ToR, selecting evaluators, accompanying
the organisation during implementation and follow-up (helping with
positioning on recommendations and planning for implementation),
supporting dialogue between the Client and the partner organisation
in these areas and helping on any further issues relating to the
prerequisites for funding.
The Client estimates an input of between 75 and 125 days per year for
the period of the contract.
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
Beginn: 01/04/2019
Ende: 31/12/2022
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The client can request an extension of the agreement by one further
year until 31.12.2023.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Mindestzahl: 3
Höchstzahl: 5
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
Suitability to pursue the professional activity, economic and financial
standing as well as technical and professional ability for providing
the services and whether they are regarded as reliable.
The selection will be made on the basis of the relevance of the
references presented (similar activities and services performed in the
previous 3 years), taking account of the technical content the nature
of the activity (training, consultancy), familiarity with the funding
conditions of international donor organisations and with the type of
target group involved in the contract being placed, as well as the
quantity and value of those services/activities and their diversity and
scope.
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
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:
For both lots: short profile of the company, in particular details of
its business activities, number of employees and employment structure,
corporate structure and any group membership where applicable (not only
connections under company law, but also any financial holdings or
economic ties, in particular obligations to assume losses, letters of
comfort or other financial security via a parent company). It is
particularly important for applicants to demonstrate in this context
that their organisation can guarantee to be neutral and non-partisan in
carrying out the work.
For both lots: the following self-declarations (see the pre-printed
form in the Application to participate form):
a declaration by the bidder that they have met their obligations
regarding the payment of taxes and levies and the legally required sums
for social security,
a declaration by the bidder that no insolvency proceedings or similar
legal procedures against them have been applied for, opened or rejected
due to the inability to cover the costs of the proceedings, and that
they are not in liquidation,
a declaration by the bidder that neither the company nor its
management staff have had to pay a fine of 2 500 EUR or more for
breaches of obligations protected under the Employee Secondment Act
(AentG), the Minimum Working Conditions Act (MiArbG) or the Minimum
Wage Act (MiLoG),
a declaration by the bidder that neither the company nor its
management staff have committed serious misconduct that would cast
doubt on their reliability as a bidder.
At the request of the Client, evidence from an appropriate body, e.g. a
local authority, should be presented that all obligations regarding the
payment of taxes, levies and social security premiums have been
correctly met and that no conviction or imposition of a fine is pending
against any individual for whose behaviour the applicant can be held
responsible, for a penal offence under Section 123 Paragraph 1 of the
German Act against Restraints on Competition (GWB) or a similar
regulation in other countries. If such certificates or documents are
not issued in the applicant's country of origin or establishment, they
can be replaced by an affirmation in lieu of an oath. In countries
where there are no affirmations in lieu of an oath, it may be replaced
by a formal declaration which a representative of the company in
question presents to a relevant legal or administrative authority, a
notary or an authorised professional or trading organisation in the
applicant's country of origin or establishment.
III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
For both lots: a statement by the bidder about the total turnover of
the company and its turnover for the kinds of service that are relevant
to the bidding process in the last 3 business years (2017, 2016, 2015,
or 2014 if accounts for 2017 are not yet finished).
III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
For both lots: details of the average number of employees, divided into
areas of work, for the last 3 years (2018, 2017, 2016) (full-time
equivalents).
For both lots: a list of the main similar services or work carried out
in the last 3 years, with reference to the specific nature of the
services, the value, period of performance and a named contact for the
relevant clients. Details should be presented and verified, including a
short description, of the applicant's experience and knowledge of:
for Lot 1: financial management, experience and knowledge of:
Working for and with NGOs, the legal framework for civil society
organisations and NGOs;
The funding conditions for international donor organisations;
Training and consultancy;
Financial management.
Where applicable: advising and training civil society organisations on
financial management.
Where applicable: the administration of donor resources, contracts and
procurement guidelines.
Where applicable: internal control systems.
Where applicable: other relevant measures of capacity building,
for Lot 2: outcome and impact-oriented PME, experience and knowledge
of:
Working for and with NGOs, the legal framework for civil society
organisations and NGOs.
The funding conditions for international donor organisations.
Training and consultancy:
Outcome and impact-oriented planning, monitoring and evaluation
(OIO-PME).
Where applicable: advising and training civil society organisations on
OIO-PME.
Where applicable: experience of project design, planning and
monitoring.
Where applicable: carrying out or supporting evaluations.
Where applicable: other relevant measures of capacity building.
III.1.5)Angaben zu vorbehaltenen Aufträgen
III.2)Bedingungen für den Auftrag
III.2.2)Bedingungen für die Ausführung des Auftrags:
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
Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit einem einzigen Wirtschaftsteilnehmer
IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
Lösungen im Laufe der Verhandlung bzw. des Dialogs
IV.1.5)Angaben zur Verhandlung
IV.1.6)Angaben zur elektronischen Auktion
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
IV.2)Verwaltungsangaben
IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 07/01/2019
Ortszeit: 12:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
Tag: 22/01/2019
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
eingereicht werden können:
Englisch, Deutsch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 01/08/2019
IV.2.7)Bedingungen für die Öffnung der Angebote
Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
VI.3)Zusätzliche Angaben:
Bidding consortia are acceptable where they are permitted under
competition law.
Bidding consortia must provide a list of the members of the consortium,
naming the authorised representative of the bidding consortium,
together with a legally signed statement from all members of the
consortium declaring that the authorised representative of the
consortium is legally entitled to represent the listed members in
dealing with the Client and that all members of the consortium are
jointly and severally liable.
Bidding consortia are only allowed to change their membership before
the expiry of the bidding period by withdrawing their bid and
submitting a new one from the newly created bidding consortium.
Remarks and questions concerning the procurement or the procurement
documents should be made by Email:
[4]bus-tansania@brot-fuer-die-welt.de
The questions and the answers by the client will be made available at
[5]http://bfdw.de/ausschreibung112018
Interested companies and Bidders are obliged to keep themselves
regularly informed during the procurement procedure by checking
[6]http://bfdw.de/ausschreibung112018
Requests to participate should be submitted using the Form Application
to Participate available at [7]http://bfdw.de/ausschreibung112018
before 7.1.2019 (12:00) via postal service. The Application to
Participate must reach the contract-awarding body by 7.1.2019 (12:00)
in a closed envelope clearly marked on the outside with Request to
participate for CSS Tanzania.
Bidders from other EU member states or from states outside the EU must
present comparable evidence and certificates complying with the legal
requirements of the country where they are based, and enclose a
certified translation into German or English.
It is adequate to provide copies of the evidence, but the client
reserves the right to ask for originals to be presented for checking
purposes.
Unless otherwise stated, the evidence should be no more than 12 months
old.
For bidding consortia, evidence must be presented to show that there is
no reason for any member of the bidding consortium to be excluded;
otherwise the evidence will be assessed in its entirety.
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Senatsverwaltung für Wirtschaft, Energie und Betriebe, Vergabekammer
des Landes Berlin
Martin-Luther-Straße 105
Berlin
10825
Deutschland
Telefon: +49 3090138316
E-Mail: [8]vergabekammer@senweb.berlin.de
Fax: +49 30137613
Internet-Adresse:
[9]https://www.berlin.de/sen/wirtschaft/wirtschaft/wirtschaftsrecht/ver
gabekammer/
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
To the clients view the 4^th part of the GWB is not applicable and a
review procedure according to §§ 160 ff GWB is in the opinion of the
client not admissible. The specification of the review body and the
indications regarding the admissibility of so called
Nachprüfungsanträge are therefore purely precautionary.
Act against Restraints of Competition (Competition Act GWB) § 160
Initiation of Proceedings, Application:
1) The public procurement tribunal shall initiate review proceedings
only upon application.
2) Every undertaking that has an interest in the public contract or the
concession and claims that its rights under § 97(6) were violated by
non-compliance with the provisions governing the awarding of public
contracts has the right to file an application. In doing so, it must
show that it has been or risks being harmed by the alleged violation of
public procurement provisions.
3) The application is inadmissible if:
(a) the applicant became aware of the claimed violation of public
procurement provisions before filing the application for review, but
did not complain to the Contracting Authority within a time limit of 10
calendar days; the expiry of the time limit under § 134(2) remains
unaffected;
(b) violations of public procurement provisions which become apparent
from the tender notice are not notified to the Contracting Authority by
the end of the time-limit for the application or the submission of a
tender specified in the notice;
(c) violations of public procurement provisions which only become
apparent from the procurement documents are not notified to the
Contracting Authority by the end of the time-limit for the application
or the submission of a tender specified in the notice;
(d) more than 15 calendar days have expired since receipt of
notification from the Contracting Authority that it is unwilling to
redress the objection.
Sentence 1 shall not apply to an application under § 135(1) No. 2 to
have the contract declared ineffective. § 134(1) Sentence 2 shall
remain unaffected.
VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
erteilt
VI.5)Tag der Absendung dieser Bekanntmachung:
12/12/2018
[BUTTON] ×
Direktlinks
HTML ____________________
PDF ____________________
XML ____________________
[BUTTON] Schließen
References
1. mailto:bus-tansania@brot-fuer-die-welt.de?subject=TED
2. http://www.brot-fuer-die-welt.de/
3. http://bfdw.de/ausschreibung112018
4. mailto:bus-tansania@brot-fuer-die-welt.de?subject=TED
5. http://bfdw.de/ausschreibung112018
6. http://bfdw.de/ausschreibung112018
7. http://bfdw.de/ausschreibung112018
8. mailto:vergabekammer@senweb.berlin.de?subject=TED
9. https://www.berlin.de/sen/wirtschaft/wirtschaft/wirtschaftsrecht/vergabekammer/
--------------------------------------------------------------------------------
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
|