News

Germany-Eschborn: Foreign economic-aid-related services

Type of document: Invitation to tender
Country: Germany
OJEU Ref: (2018/S 040-087718/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Postal address: Dag-Hammarskjöld-Weg 1-5
Town: Eschborn
Postal code: 65760
Country: Germany
Contact Person: Heidrun Stroebert-Beloud
Telephone: +49 619679-2122
Email: heidrun.stroebert-beloud@giz.de
Fax: +49 619679-802122
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.giz.de/biddingopportunities-services
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the following address:Official name: Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Postal address: Dag-Hammarskjöld-Weg 1-5
Town: Eschborn
Postal code: 65760
Country: Germany
Contact Person: Angebotseröffnung E 230
Email: vel@giz.de
Internet address(es):
Main address: www.giz.de/biddingopportunities-services

I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Development cooperation

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 81221815-Advisory Services for Climate Risk Insurance in Madagascar
II.1.2) Main CPV code: 75211200
II.1.3) Type of contract: Services
II.1.4) Short Description: The assignment is part of the programme “Adaptation of agricultural value chains to climate change” financed by the German Federal Ministry for Economic Cooperation and Development (BMZ) and implemented by the German technical cooperation in Madagascar. The goal of the programme is to improve the performance of actors in selected agricultural value chains that are particularly vulnerable to climate change. The contractor will be responsible for the implementation of a bundle of measures within the programme’s component 3 “Climate Risk Insurance” including the achievement of corresponding performance indicators. Component 3 aims at improving the access to insurance products for actors in agricultural value chains to protect against climate-related and weather-related events and the resulting loss of revenue.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: 00
Main site or place of performance:
Madagascar.

II.2.4) Description of the procurement:
The contractor will be responsible for the implementation of a bundle of measures within component 3 “Climate Risk Insurance” of the programme “Adaptation of agricultural value chains to climate change” implemented in Madagascar. The measures aim at improving the access to insurance products for actors in agricultural value chains to protect against climate-related and weather-related events and the resulting loss of revenue. Specifically, the advice and support will focus on:
— improving the policy and regulatory framework for implementing climate insurance products,
— strengthening the target group’s understanding of insurance products and their confidence in the actors involved in their commercialization,
— facilitate, in liaison with another component of the programme, access to agro-meteorological and climatic data for insurance companies is improved,
— supporting the development and commercialization of climate risk insurance products tailored to the specific needs of value chain players.
The contractor is expected to closely monitor results and key indicators and to react in a flexible way in view of reaching the objectives of the intervention in close coordination with the head of the component and the programme director. The intervention will focus on Antananarivo, Androy, Anosy and Atsimo-Atsinanana and will have a duration of 20 months (1.7.2018 to 29.2.2020). The contractor will make available 3 national long-term experts (60 months in total), a pool of national short-term experts (16 months in total) and a pool of international short-term experts (10 months in total).
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Concept note/Weighting:70
Price – Weighting:30
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2018-07-01End: 2020-02-29
This contract is subject to renewalyes Description of renewals:Provided that GIZ will mobilize funds for a follow-up project starting in 3.2020, and that the same component 3 will be subject to further implementation, it is planned to conclude a follow-up contract with the same contractor to continue the services with a similar overall value and duration, given that the services rendered have been satisfying by the end of this assignment.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Cf. II.2.7 above.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
Minimum level(s) of standards possibly required: — Average annual turnover for the last 3 years: EUR 1,5 mio,
— Number of employees as at 31.12.2017: 6.

Minimum level(s) of standards possibly required:— At least 2 reference projects in the technical field of climate risk insurance and (or out of which) at least 1 reference project in Africa within the last 3 years,
— all of these projects must have had a min. commission of EUR 200 000 .

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-04-02 Local time: 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted:FR
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-07-01
IV.2.7) Conditions for opening tenders
Date: 2018-04-03 Local time: 10:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Bundeskartellamt, Vergabekammern des Bundes
Postal address: Villemombler Str. 76
Town: Bonn
Postal code: 53123
Country: Germany
Telephone: +49 22894990
E-mail: info@bundeskartellamt.bund.de
Fax: +49 2289499163
Internet address:

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
According to Article 160, Section 3 of the German Act Against Restraint of Competition, application for re-examination is not permissible insofar as:
1. the applicant has identified the claimed infringement of the contract award regulations before submitting the application for re-examination and has not submitted a complaint to the commissioning party 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 contract award regulations that are evident in the notice are not submitted to the commissioning party at the latest by the expiry of the deadline for the application specified in the notice or by the deadline for the submission of bids,
3. complaints of infringements of contract award regulations that first become evident in the tender documents are not submitted to the commissioning party at the latest by the expiry of the deadline for application or for the submission of bids,
4. more than 15 calendar days have elapsed after receipt of the notification from the commissioning party 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.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Vergabekammer des Bundes beim Bundeskartellamt
Postal address: Villemombler Str. 76
Town: Bonn
Postal code: 53123
Country: Germany
Telephone: +49 22894990
E-mail: info@bundeskartellamt.bund.de
Fax: +49 2289499163
Internet address:
VI.5) Date of dispatch of this notice:2018-02-26

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy