Öffentliche Ausschreibungen icc hofmann - Ingenieurbüro für technische Informatik
Am Stockborn 16, 60439 Frankfurt/M, FRG
Tel.: +49 6082-910101 Fax.: +49 6082-910200
E-Mail: info@icc-hofmann.net
Öffentliche Ausschreibungen

(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
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau