81316582-Technical assistance to enhance trade effluent management practices in Lu...
VO: VgV Vergabeart: Offenes Verfahren Status: Veröffentlicht

Fristen

Fristen
23.05.2025
03.06.2025 12:00 Uhr
03.06.2025 12:00 Uhr

Adressen/Auftraggeber

Auftraggeber

Auftraggeber

Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
993-80072-52
Dag-Hammarskjöld-Weg 1 - 5
65760
Eschborn
Deutschland
DE71A
olena.dudko@giz.de
+49 6196794670
+49 6196791115

Angaben zum Auftraggeber

Von einer Bundesbehörde kontrolliertes oder finanziertes öffentliches Unternehmen
Allgemeine öffentliche Verwaltung

Gemeinsame Beschaffung

Beschaffungsdienstleister
Weitere Auskünfte
Rechtsbehelfsverfahren / Nachprüfungsverfahren

Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt

Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren

Vergabekammern des Bundes
022894990
Kaiser-Friedrich-Straße 16
53113
Bonn
Deutschland
DEA22
vk@bundeskartellamt.bund.de
+49 2289499-0
+49 2289499-163

Zuständige Stelle für Schlichtungsverfahren

Auftragsgegenstand

Klassifikation des Auftrags
Dienstleistungen

CPV-Codes

90713100-9
71800000-6
85312320-8
90492000-2
Umfang der Beschaffung

Kurze Beschreibung

GIZ has been commissioned to implement the project Nexus Energy and Water Program for Zambia (NEWZA) previously called "Strengthening Institutions for Sustainable Water Supply and Sanitation Services in Zambia (SIWAS)" on behalf of the German Federal Ministry for Economic Cooperation and Development (BMZ). NEWZA is a multi-donor action jointly co-financed by the European Union, BMZ and UNICEF. However, the trade effluent activities under NEWZA are funded only by BMZ as part of the German Development Cooperation program.

Based on activities in the previous project phase, SIWAS, now called GIZ-NEWZA includes interventions for improved management of industrial wastewater in Lusaka. The focus is to provide technical assistance to Lusaka Water Supply and Sanitation Company (LWSC) and other stakeholders to strengthen their capacities in trade effluent monitoring, regulation, and enforcement. This is to ensure that adequate measures will be in place to safeguard wastewater treatment plants from trade effluent discharged into public sewers. Interventions are closely linked to the investment project "Ecological Urban Development Lusaka", which is implemented through the German Development B
ank KfW, through which two wastewater treatment plants for Lusaka are being financed under the Lusaka Sanitation Program.

A Contractor is required to provide technical assistance to enhance trade effluent management practices in Lusaka. A team of experts with national and international experience shall be provided by the Contractor for this purpose. Services of the Contractor include capacity development measures to strengthen the capacities of LWSC and other key stakeholders to ensure the long-term functionality of the wastewater treatment plants by minimising to acceptable levels and/or avoiding the influence of substances from trade effluent that impair treatment processes and cause structural damage. Services of the Contractor shall be delivered in close collaboration project partners and in coordination with the GIZ project team in Zambia.

Beschreibung der Beschaffung (Art und Umfang der Dienstleistung bzw. Angabe der Bedürfnisse und Anforderungen)

GIZ has been commissioned to implement the project Nexus Energy and Water Program for Zambia (NEWZA) previously called "Strengthening Institutions for Sustainable Water Supply and Sanitation Services in Zambia (SIWAS)" on behalf of the German Federal Ministry for Economic Cooperation and Development (BMZ). NEWZA is a multi-donor action jointly co-financed by the European Union, BMZ and UNICEF. However, the trade effluent activities under NEWZA are funded only by BMZ as part of the German Development Cooperation program.

Based on activities in the previous project phase, the GIZ-NEWZA project previously called SIWAS includes interventions for improved management of industrial wastewater in Lusaka. The focus is to provide technical assistance to Lusaka Water Supply and Sanitation Company (LWSC) and other stakeholders to strengthen their capacities in trade effluent monitoring, regulation, and enforcement. This is to ensure that adequate measures will be in place to safeguard wastewater treatment plants from trade effluent discharged into public sewers. Interventions are closely linked to the investment project "Ecological Urban Development Lusaka", which is implemented through the German development bank KfW, through which two wastewater treatment plants for Lusaka are being financed under the Lusaka Sanitation Program.

A Contractor is required to provide technical assistance to enhance trade effluent management practices in Lusaka. Tasks of the Contractor are divided into the following work packages:

(1) Establishment of the Database for Trade Effluent Monitoring / Indirect Discharge Monitoring

(2) Identification of the most critical industries

(3) Design of discharge points and implementation of sampling methodologies

(4) Implementation of a comprehensive Analytical Quality and Assurance system

(5) Finalisation of the Trade Effluent Standards, Regulations and Review of the Guidelines for Discharge of Trade Effluent into Public Sewer System

A team of experts shall be provided by the Contractor for this purpose. This shall include (1) a team leader and industrial wastewater management specialist with international profile, (2) an industrial wastewater management specialist and deputy team leader with national profile, (3) a short-term expert for analytical quality assurance with international profile, and (4) a short-term expert pool with international or regional profiles. Close collaboration with project partners as well as coordination with the GIZ project team in Zambia will be required.

The Contractor may be a single firm or a consortium of various consulting firms. The involvement of consulting firms from Zambia within subcontracting or joint venture arrangements will be permitted.

The estimated duration of the contract is 18 months from the contract award (anticipated in August 2025).

Umfang der Auftragsvergabe

EUR

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Laufzeit in Monaten
18

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.

2
Erfüllungsort(e)

Erfüllungsort(e)

---
Lusaka
Sambia

Weitere Erfüllungsorte

Zuschlagskriterien

Zuschlagskriterien

---
Weitere Informationen

Angaben zu Mitteln der europäischen Union

Angaben zu KMU

Angaben zu 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.

Zusätzliche Angaben

Verfahren

Verfahrensart

Verfahrensart

Offenes Verfahren

Angaben zum Verfahren

Angaben zum Beschaffungsübereinkommen (GPA)

Besondere Methoden und Instrumente im Vergabeverfahren

Angaben zur Rahmenvereinbarung

Entfällt

Angaben zum dynamischen Beschaffungssystem

Entfällt

Angaben zur elektronischen Auktion

Angaben zur Wiederkehr von Aufträgen

Angaben zur Wiederkehr von Aufträgen

Strategische Auftragsvergabe

Strategische Auftragsvergabe

Gesetz über die Beschaffung sauberer Straßenfahrzeuge

Angaben zu elektronischen Arbeitsabläufen

Angaben zu elektronischen Arbeitsabläufen

Erforderlich
Auftragsunterlagen

Sprache der Auftragsunterlagen

Englisch
Sonstiges / Weitere Angaben

Kommunikationskanal


https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YTBM0PESD

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.

Frühere Bekanntmachung zu diesem Verfahren

338481-2024

Anwendbarkeit der Verordnung zu drittstaatlichen Subventionen

Zusätzliche Informationen

All communication takes place in English via communication tool in the project area of the procurement portal.

Angebote

Anforderungen an Angebote / Teilnahmeanträge

Sprache(n), in der (denen) Angebote / Teilnahmeanträge eingereicht werden können

Englisch

Varianten / Alternativangebote

Elektronische Kataloge

Nicht zulässig

Mehrere Angebote pro Bieter

Nicht zulässig
Verwaltungsangaben

Bindefrist

119
Tage

Bedingungen für die Öffnung der Angebote

Nachforderung

Eine Nachforderung von Erklärungen, Unterlagen und Nachweisen ist teilweise ausgeschlossen.

GIZ asks the applicant or bidder to submit, complete or correct documents, within the framework laid down by law.

Bedingungen

Ausschlussgründe

Ort der Angabe der Ausschlussgründe

Auswahl der Ausschlussgründe

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

In accordance with §§ 123,124 GWB

Teilnahmebedingungen

Eignungskriterien / Ausschreibungsbedingungen

Eignungskriterium

Durchschnittlicher Jahresumsatz

EN-C1: Economic and financial standing (Mit dem Angebot; Mittels Eigenerklärung): 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: 900,000.00 EUR.

Eignungskriterium

Andere wirtschaftliche oder finanzielle Anforderungen

EN-C2: Economic and financial standing (Mit dem Angebot; Mittels Eigenerklärung): Average number of employees and managers in the last three calendar years, at least 10 persons.

Eignungskriterium

Referenzen zu bestimmten Dienstleistungen

EN-B1: Technical and professional ability (Mit dem Angebot; Mittels Eigenerklärung): 1. The technical assessment is only based on reference projects with a minimum commission value of 200,000.00 EUR.
2. At least 2 reference projects in the technical field "Capacity Development in Industrial Wastewater Management" and at least 2 reference projects in any field in Southern and/or Eastern Africa in the last 60 months.

Finanzierung

Rechtsform des Bieters

Bedingungen für den Auftrag

Bedingungen für den Auftrag

Supporting documents:
- EN-A1: Principles for the execution of orders (To be submitted with by means of self-declaration): 1. Self-declaration: name of company and address, tax ID, registration and commercial register number or equivalent register in accordance with the legal provisions of the country of origin.

2. No grounds for exclusion pursuant to § 123, § 124 GWB, § 22 LkSG, EU-Russia sanctions

3. Declaration of bidding consortium and/or declaration of subcontractors (if applicable)

Angaben zu geschützten Beschäftigungsverhältnissen

Nein

Angaben zur reservierten Teilnahme

Angaben zur beruflichen Qualifikation

Nicht erforderlich

Angaben zur Sicherheitsüberprüfung