81292389-Consultancy services in technical and vocational education and training in the water and solar energy sector in Zambia Referenznummer der Bekanntmachung: 81292389
Auftragsbekanntmachung
Dienstleistungen
Abschnitt I: Öffentlicher Auftraggeber
Postanschrift:[gelöscht]
Ort: Eschborn
NUTS-Code: DE71A Main-Taunus-Kreis
Postleitzahl: 65760
Land: Deutschland
E-Mail: [gelöscht]
Telefon: +49 619679
Fax: [gelöscht]
Internet-Adresse(n):
Hauptadresse: https://www.giz.de
Abschnitt II: Gegenstand
81292389-Consultancy services in technical and vocational education and training in the water and solar energy sector in Zambia
GIZ has been commissioned to implement the project "Thriving through innovative vocational education in the water and energy sectors (THRIVE)" in Zambia on behalf of the German Federal Ministry of Economic Cooperation and Development (BMZ).
The overall objective of the project is to increase labour market orientation of technical vocational education and training (TVET) in the water and solar energy sectors.
At the national level the project is implemented jointly with the Ministry of Technology and Science (MoTS) and the Technical Education, Vocational and Entrepreneurship Training Authority (TEVETA). At the local level the project supports six Vocational Training Institutes (VTIs) in three provinces, namely Lusaka, Luapula and Southern Province.
A Contractor is required to provide consulting services to strengthen capacities of VTIs in the development and implementation of labour market-oriented TVET courses in water supply and sanitation operations, plumbing and electrical technology, which will be developed in cooperation with the industry. In addition, demand oriented skills award short courses in water and solar energy sectors shall be developed and implemented jointly with partner VTIs in cooperation with public and private enterprises.
A team of national and international experts shall be provided by the Contractor for this purpose. Services of the Contractor shall also include the preparation of procurement measures to provide tools and equipment for training as well as the preparation of local subsidy agreements with project partners for the rehabilitation of training workshops and for contributions to the development of curricula and training of trainers through Zambian institutions.
Close coordination and consultation with the GIZ project team in Zambia will be required.
00000 Zambia
A Contractor is required to provide consulting services to strengthen capacities of Vocational Training Institutes (VTIs) in the development and implementation of labour market-oriented TVET courses in water supply and sanitation operations, plumbing and electrical technology, which will be developed in cooperation with the industry. In addition, demand oriented short courses in water and solar energy sectors shall be developed and implemented jointly with partner VTIs.
At the national level the project is implemented jointly with the Ministry of Technology and Science (MoTS) and the Technical Education, Vocational and Entrepreneurship Training Authority (TEVETA). At the local level the project supports six Vocational Training Institutes (VTIs) in three provinces, namely Lusaka, Luapula and Southern Province.
The Contractor shall assume responsibility for the implementation of output 2 and 3. In addition, the Contractor shall contribute to output 1 which will be mainly implemented through the GIZ project team and to output 4 which will be partly implemented through the GIZ.
Output 1 aims to improve framework conditions for labour market-oriented TVET in the water and solar energy sectors with regard to financing and modular approaches.
Output 2 focuses on enabling measures for six partner VTIs with regard to the introduction of labour-marked orientated TVET courses. This includes the development of training plans as well as institutional and organisational support to partner VTIs. A close working relationship with all partner VTIs has to be established through regular presence of advisors of the Contractor in offices provided by VTIs.
Output 3 focuses on measures required to implement market oriented training courses in partner VTIs, including training of trainers and ToT manuals. This further requires updating of curricula for long- and short term courses, training of trainers including manuals, and the preparation of procurement of training materials and upgrading of workshop of partner VTIs.
Output 4 aims at strengthening cooperation between TVET stakeholders and public and private companies, including round tables between partner VTIs and representatives from the industry.
A team of experts shall be provided by the Contractor for this purpose. This shall include (1) an international team leader (part time 70%), (2) three national long-term experts assigned to VTIs in the three provinces, (3) a pool of national short-term experts, and (4) a pool of international short-term experts. Services of the Contractor shall also include the preparation of procurement measures to provide tools and equipment for training as well as the preparation of local subsidy agreements with project partners for the rehabilitation of training workshops and for contributions to the development of curricula and for training of trainers through Zambian institutions. Close coordination and consultation with the GIZ project team in Zambia will be required.
The Contractor may be a single firm with local branches or a consortium of various consulting firms. The involvement of local consulting firms from Zambia within subcontracting or joint venture arrangements will be permitted.
The estimated duration of the Contract is 26 months from award of contract (anticipated in May 2023).
GIZ may optionally commission contract amendments and/or increases based on the criteria in the tender documents to the successful bidder of this tender. For details, please see the terms of reference.
GIZ may optionally commission contract amendments and/or increases based on the criteria in the tender documents to the successful bidder of this tender. For details, please see the terms of reference.
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben
1. Trading name and address, commercial register number.
2. Eligibility declaration that no grounds for exclusion in Section 123, 124 of the German Act Against Restraints of Competition (GWB) and Section 22 of the German Act on Corporate Due Diligence Obligations in Supply Chains (Lieferkettensorgfaltspflichtengesetz, LkSG) apply.
4. Eligibility declaration subcontractors if applicable.
5. Association clause if applicable.
1. Average annual turnover for the last three years (last-but-four financial year can be included in case of tenders held within 6 months of end of last financial year), at least: 2.000.000 EUR
2. Average number of employees and managers in the last three calendar years, at least 15 persons
1. The technical assessment is only based on reference projects with a minimum commission value of 600.000 EUR.
2. At least 3 reference projects in the technical field TVET in craft professional training and at least 3 reference projects in Africa (excluding North Africa) in the last 3 years.
Abschnitt IV: Verfahren
Abschnitt VI: Weitere Angaben
All communication takes place in English via communication tool in the project area of the procurement portal.
Bekanntmachungs-ID: CXTRYY6YQ63
Postanschrift:[gelöscht]
Ort: Bonn
Postleitzahl: 53123
Land: Deutschland
E-Mail: [gelöscht]
Telefon: [gelöscht]
Fax: [gelöscht]
Internet-Adresse: https://www.bundeskartellamt.de
According to Article 160, Section 3 of the German Act Against Restraint of Competition (GWB), application for review is not permissible insofar as
1. the applicant has identified the claimed infringement of the procurement rules before submitting the application for review and has not submitted a complaint to the contracting authority 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 procurement rules that are evident in the tender notice are not submitted to the contracting authority at the latest by the expiry of the deadline for the application or by the deadline for the submission of bids, specified in the tender notice.
3. complaints of infringements of procurement rules that first become evident in the tender documents are not submitted to the contracting authority at the latest by the expiry of the deadline for application or by the deadline for the submission of bids,
4. more than 15 calendar days have expired since receipt of notification from the contracting authority 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.