(1) Searching for "2022080509224186407" in Archived Documents Library (TED-ADL)
Ausschreibung: Beratungsdienste im Bereich Wirtschaftsförderung - DE-Eschborn
Beratungsdienste im Bereich Wirtschaftsförderung
Dokument Nr...: 428457-2022 (ID: 2022080509224186407)
Veröffentlicht: 05.08.2022
*
DE-Eschborn: Beratungsdienste im Bereich Wirtschaftsförderung
2022/S 150/2022 428457
Auftragsbekanntmachung
Dienstleistungen
Rechtsgrundlage:
Richtlinie 2014/24/EU
Abschnitt I: Öffentlicher Auftraggeber
I.1)Name und Adressen
Offizielle Bezeichnung: Deutsche Gesellschaft für Internationale
Zusammenarbeit (GIZ) GmbH
Postanschrift: Dag-Hammarskjöld-Weg 1 - 5
Ort: Eschborn
NUTS-Code: DE71A Main-Taunus-Kreis
Postleitzahl: 65760
Land: Deutschland
E-Mail: [6]alissa.schlossnikel@giz.de
Telefon: +49 6196794047
Fax: +49 619679804047
Internet-Adresse(n):
Hauptadresse: [7]https://www.giz.de
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[8]https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YX22/document
s
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
[9]https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YX22
I.4)Art des öffentlichen Auftraggebers
Andere: Legal person governed by private law (gemeinnützige GmbH)
wholly owned by the Federal Republic of Germany
I.5)Haupttätigkeit(en)
Andere Tätigkeit: International Development Cooperation
Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:
81285875-Employment-oriented MSME Promotion Project
Referenznummer der Bekanntmachung: 81285875
II.1.2)CPV-Code Hauptteil
79411100 Beratungsdienste im Bereich Wirtschaftsförderung
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:
The GIZ-implemented project "Employment-oriented MSME promotion in
Jordan" (herein after referred to as MSME Project) is part of a special
initiative by the German Federal Ministry for Economic Cooperation and
Development (BMZ) on Stabilization and Development in the MENA region,
which aims at boosting economic and social prospects for people in the
region. The project supports Jordan"s objectives of economic growth and
employment creation as laid down in the "Jordan 2025 - A National
Vision and Strategy" and the "Jordan Economic Growth Plan 2018-2022".
The project supports the implementation of sectoral and market
strategies in three sectors, namely tourism, food processing, and ICT
sectors, with the core objective of boosting growth and employment
prospects for Micro, Small, and Medium Enterprises (MSMEs). Important
project partners are governmental agencies engaged in MSME promotion,
businesses, and professional associations as well as the national and
local chambers of commerce and industry. The project ultimately targets
jobseekers, entrepreneurs, and employees of Jordanian MSMEs by enabling
companies to increase their competitiveness and create more job
opportunities. A special focus is placed on young people entering the
job market as well as women. Improving the conditions under which MSMEs
operate as well as the offer of services and skills they require,
should also encourage entrepreneurs to start their own businesses,
leading to a higher density of MSMEs and to employment-intensive
growth. On an institutional level, the project strengthens the
capacities of key partners to provide relevant services and promote
policies that improve the business-enabling environment for MSMEs.
The published tender at hand is to seek a qualified consultancy firm
for the "Final Implementation Phase of Tourism Licensing Reform in
Jordan". This assignment will continue the support for the Government
of Jordan (GoJ) to secure implementation of the tourism licensing
reform, in order for the GoJ to realize its commitment for a conducive
and enabling business and investment environment. The reform is
expected to ultimately enhance MSMEs" prospects for employment-oriented
growth by streamlining procedures, improving coordination among
involved entities, and enhancing transparency, predictability, and
clarity of requirements. Main partners for this assignment include
Ministry of Trade, Industry, and Supply (MoITS), in its capacity as
national coordinator, and Ministry of Tourism and Antiquities (MoTA),
in its capacity as regulatory authority for the tourism sector.
II.1.5)Geschätzter Gesamtwert
Wert ohne MwSt.: 580 000.00 EUR
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.3)Erfüllungsort
NUTS-Code: JO Jordan
Hauptort der Ausführung:
00000 Jordanien
II.2.4)Beschreibung der Beschaffung:
The tender at hand is an open procedure for consultancy services to
support the implementation of the "Final Implementation Phase of
Tourism Licensing Reform in Jordan". The scope of the assignment covers
five economic categories/ activities in the tourism sector in Jordan
(e.g., accommodation, tour guides, etc.) and will build on the outcomes
and deliverables from previous support provided in phases 1 and 2. The
assignment is designed around 3 main Work Packages as follows:
Work Package (1): Reform of Licensing Framework for 5 tourism economic
activities - Aims to support The Ministry of Tourism and Antiquities
(MoTA) in implementing Prime Ministry"s decision to replace the tourism
sectoral licenses with a classification framework. Planned activities
include Legal reform and institutional (procedural) reform. The legal
reform entails refining classification requirements as well as legal
review and drafting of secondary legislations (i.e., bylaws and
instructions). The institutional (procedural) reform entails reviewing
current classification procedures, developing new Standard Operating
Procedures (SOPs) for the classification framework, and developing
informative manuals for potential businesses. In carrying out these
activities, the contractor will facilitate consultation dialogue
sessions with stakeholders to secure buy-in. Moreover, gender
mainstreaming activities will be undertaken, which includes selection
of 1 Women Economic Empowerment recommendation and supporting its
implementation in close collaboration and dialogue with relevant
partners.
Work Package (2): Capacity Building and Awareness Raising - Aims to
support the main implementing partners, by enhancing the personal,
institutional, and organizational capacities of key staff and officials
to effectively implement and sustain the reform and raise public"s
awareness on the new framework. This would be achieved through
enhancing the capacities of the implementing partners, including MoTA,
specialized tourism associations, and relevant public sector entities
(e.g., Municipalities, sectoral Ministries, etc.) on the newly
developed regulatory models, legislations, and procedures related to
classification. More specifically, it entails assessing capacities,
identifying needs/ skill gaps, designing, and executing a capacity
building training programme, and supporting the development of an
outreach strategy/ awareness campaign.
Work Package (2): Measuring Results (M&E), and Inclusion - Aims to
measure reform"s impact on MSMEs and women-led MSMEs, and assess the
contribution of this assignment toward achieving project"s output
indicators. This would be achieved through developing and executing
base-line to capture the burden of the current licensing framework in
addition to end-line surveys to capture reform"s impact on MSMEs and
women-led businesses (i.e., after the implementation of reform). The
contribution to project"s indicators would be assessed through focus
groups/ surveys based on the final draft versions of the developed
legislations and SOPs (activities of work package 1). In delivering
this, the bidder would identify a representative sample, develop and
execute data collection, undertake data analysis and reporting. The
partnership delivery approach would be adopted throughout to enhance
the implementing partner"s capacities to measure the impact on
businesses 1 year after enactment of the reform and legislations.
II.2.5)Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind
nur in den Beschaffungsunterlagen aufgeführt
II.2.6)Geschätzter Wert
Wert ohne MwSt.: 580 000.00 EUR
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Beginn: 01/12/2022
Ende: 30/04/2024
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
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.
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: ja
Beschreibung der Optionen:
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.
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. 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) apply.
3. Eligibility declaration subcontractors if applicable.
4. Association clause if applicable
III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
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: EUR 600,000.00.
2. Average number of employees and managers in the last three calendar
years, at least 8 persons.
Möglicherweise geforderte Mindeststandards:
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: EUR 600,000.00.
2. Average number of employees and managers in the last three calendar
years, at least 8 persons.
III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
1. The technical assessment is only based on reference projects with a
minimum commission value of EUR 100,000.00.
2. At least 2 reference projects in the technical field Legal and
Institutional Reform of Business Environment and at least 2 reference
projects in MENA in the last 3 years.
Möglicherweise geforderte Mindeststandards:
1. The technical assessment is only based on reference projects with a
minimum commission value of EUR 100,000.00.
2. At least 2 reference projects in the technical field Legal and
Institutional Reform of Business Environment and at least 2 reference
projects in MENA in the last 3 years.
Abschnitt IV: Verfahren
IV.1)Beschreibung
IV.1.1)Verfahrensart
Offenes Verfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
Beschaffungssystem
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: 12/09/2022
Ortszeit: 12:00
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: 31/01/2023
IV.2.7)Bedingungen für die Öffnung der Angebote
Tag: 12/09/2022
Ortszeit: 12:00
Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
Aufträge werden elektronisch erteilt
VI.3)Zusätzliche Angaben:
Communication / questions can only be submitted using GIZ's
eProcurement Tender
Platform for the award of contracts.
Bekanntmachungs-ID: CXTRYY6YX22
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Die Vergabekammern des Bundes
Postanschrift: Villemombler Straße 76
Ort: Bonn
Postleitzahl: 53123
Land: Deutschland
E-Mail: [10]vk@bundeskartellamt.bund.de
Telefon: +49 2289499-0
Fax: +49 2289499-163
Internet-Adresse: [11]https://www.bundeskartellamt.de
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
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
VI.5)Tag der Absendung dieser Bekanntmachung:
01/08/2022
References
6. mailto:alissa.schlossnikel@giz.de?subject=TED
7. https://www.giz.de/
8. https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YX22/documents
9. https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YX22
10. mailto:vk@bundeskartellamt.bund.de?subject=TED
11. https://www.bundeskartellamt.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
|