There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 423750-2022

03/08/2022    S148

Germany-Eschborn: Training services

2022/S 148-423750

Contract notice

Services

Legal Basis:
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
NUTS code: DE71A Main-Taunus-Kreis
Postal code: 65760
Country: Germany
E-mail: vergabe@bho-legal.com
Internet address(es):
Main address: https://www.giz.de
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YXJL/documents
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YXJL
I.4)Type of the contracting authority
Other type: Legal person governed by private law (gemeinnützige GmbH) wholly owned by the Federal Republic of Germany
I.5)Main activity
Other activity: International Development Cooperation

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

81284916-Developing and establishing two Centres of Competence in the Agribusiness and Tourism/Hospitality sectors

Reference number: 81284916
II.1.2)Main CPV code
80500000 Training services
II.1.3)Type of contract
Services
II.1.4)Short description:

Education is one of the key drivers for economic development in Egypt. Especially, sound Technical and Vocational Education and Training (TVET) contributes to the provision of skilled and qualified workers to the labour market. Therefore, a comprehensive TVET system has a positive impact on economic growth and the productivity of enterprises. Emphasizing this importance of TVET, Article 20 of the Egyptian Constitution of 2014 stipulates: "The state commits to encourage and develop technical education and professional training and expands all types thereof in accordance with the international quality standards and in line with the needs of the labour market."

Considering the above, the Egyptian Ministry of Education and Technical Education (MoETE) in cooperation with the stakeholders has formulated Technical Education reform project (TE 2.0) aiming at transforming the TVET system to an inclusive and high-quality technical education with life-long learning opportunities in accordance with international quality standards. The Technical Education reform project focuses on the following pillars: quality assurance, curricula development, further education of vocational training staff, engagement of the private sector in TVET and improving the social perception of TVET.

To achieve these goals, the Ministry seeks to establish Centers of Competence (CoCs), which have a sectoral focus, and which are aiming at developing their respective occupational sector. Within these CoCs the Ministry shall cooperate closely with a group of Private Sector Partners o these occupational sectors, in coordination with an entity that represents this sector.

The project "Technical Support for the Comprehensive Technical Education Initiative" is supporting the MoETE in implementing the reform TE 2.0. It therefore aims at improving the systemic framework conditions for dual vocational education and training in accordance with the TE 2.0 reform.

The project contributes to five outputs:

1. It lays the foundations for an independent quality assurance and accreditation system in technical education

2. It supports in advancing the systematic involvement of the private sector in technical education in selected sectors.

3. It aims at applyin new quality standards in the education and further training of TVET personnel.

4. It strengthens the effectiveness of the dual TVET governance structure at national and regional levels.

5. It supports in improving the conditions for accreditation in line with the new quality standards and guidelines at selected TVET schools.

This tender primarily aims at implementing activities in output 2 and 3.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79411100 Business development consultancy services
80000000 Education and training services
80410000 Various school services
80511000 Staff training services
80521000 Training programme services
80530000 Vocational training services
80531200 Technical training services
II.2.3)Place of performance
NUTS code: EG Egypt
Main site or place of performance:

00000 Egypt

II.2.4)Description of the procurement:

The activities included in the tender: "Developing and establishing two Centres of Competences in the Agribusiness & Tourism/Hospitality sectors" focus on developing a total of two schools into Centres of Competences as part of the sectoral competence development approach.

The CoC concept note (initial draft from April 2021) defines CoCs as special educational service providers in the Egyptian TVET system, which have a sectoral focus and are aiming at developing their respective occupational sector. They are technical secondary schools which offer high quality dual system education. This means that technical education that is provided by a school is complemented by occupational training periods, that take place in collaborating companies based on an education and training plan.

The tender includes four work packages:

- WP 1: CoC governance structures are set up and tailored to sectoral needs

- WP 2: TVETA master trainers and CoC personnel are capacitated

- WP 3: CoCs are equipped and prepared for training implementation

- WP 4: A concept for CoC network schools is developed and implemented

WP 1 focuses on establishing a governance structure for the CoCs. The main objective is to set up the steering committees for the two CoCs, support the development of financial models for each CoC, as well as capacitate and provide backstopping to the sectoral representation of the CoCs throughout the contract period.

WP 2 aims to prepare the school personnel to successfully run a CoC in the future. The main task of the contractor is to capacitate at least 16 TVETA master trainers (2 for each identified occupation) and support them in capacitating CoC teachers (as well as possibly other teachers from the sector) to provide high quality sector specific technical training at the CoC.

WP 3 is focused on preparing the CoC for training implementation. The WP consists of two main sub-packages: a) the upgrading and equipping of the CoC and b) the preparation of curricula and learning materials.

WP 4 focuses on the development of a detailed concept for CoC network schools for the two selected sectors and the support of the CoCs in establishing the network as well as implementing services for it.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 28
This contract is subject to renewal: yes
Description of renewals:

It is possible to continue key elements of the service specified in the tender as part of a follow-on measure within the context of the basic project. This is described in detail below.

Type and scope: In case the measure will be extended and/or have a follow-on phase beyond June 2025, a follow-on contract will be possible. The tasks, necessary human resources and additional quantities will be comparable as described in these ToRs.

Precondition: The contract for the follow-on phase is awarded by GIZ"s commissioning party BMZ

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

A selection will be made under all eligible participants based on the following criteria:

A. Technical experience (up to five specialist areas, including cross-cutting themes)

1. Development of Public Private Partnerships in the TVET sector: 15 %

2. Experience in technical training of master trainers for TVET personnel: 15 %

3. Experiences in training development in the Agribusiness Sector: 10 %

4. Experiences in training development in the Tourism/Hospitality Sector: 10 %

5. Development of TVET centers of excellence: 20 %

B. Regional experience

Regional experience in Northern Africa: 25 %

C. Experience of development projects (ODA-financed)

Experience of development projects (at least 50% ODA-financed): 5 %

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

7. Options

7.1 Follow-on measure/extension of service-delivery period

It is possible to continue key elements of the service specified in the tender as part of a follow-on measure within the context of the basic project. This is described in detail below.

Type and scope: In case the measure will be extended and/or have a follow-on phase beyond June 2025, a follow-on contract will be possible. The tasks, necessary human resources and additional quantities will be comparable as described in these ToRs.

Precondition: The contract for the follow-on phase is awarded by GIZ"s commissioning party BMZ

7.2 Expansion of the service content

At this point (April 2022) discussions are being held for a possible third CoC in one of the above sectors. This depends on the needs of the political partner. In case of approval the contractor might be tasked to implement a third CoC in one of the two sectors.

Type and scope: In case the measure will receive additional funds during the lifetime of the contract, this contract can possibly be extended to implement one additional CoC. Selected activities from all WPs would need to be added to the scope.

Specification of quantities for options: The specification of quantities below contains estimates based on information currently available. They may need to be modified.

- Expert 1: up to 112 additional expert days in total (all in Egypt)

- Expert 4 or 5 (depending on selected sector): up to 212 additional expert days in total

- Expert 6 Expert Pool 1 "CoC Management": up to 100 additional expert days in total

- Expert Pool 3 "CoC Training Programme Development" up to 200 additional expert days in total

- Travel expenses: up to EUR 200.000

- Supplies/non-durable items: up to EUR 20.000

- Workshops: up to EUR 200.000

- Other: up to EUR 110.000, out of which EUR 100.000 for Subcontractor for refurbishment of third CoC + EUR 10.000 additional security budget

Precondition: The requirements of the political partner for an additional CoC are clarified and the wish for support has been clearly communicated to the GIZ project.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

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)Economic and financial standing
List and brief description of selection criteria:

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: 4.500.000,00 EUR

2. Average number of employees and managers in the last three calendar years, at least 20 persons

Minimum level(s) of standards possibly required:

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: 4.500.000,00 EUR

2. Average number of employees and managers in the last three calendar years, at least 20 persons

III.1.3)Technical and professional ability
List and brief description of selection criteria:

1. The technical assessment is only based on reference projects with a minimum commission value of 400.000,00 EUR.

2. At least 4 reference projects in the technical field TVET and at least 2 reference projects in the region Northern Africa in the last 3 years

Minimum level(s) of standards possibly required:

1. The technical assessment is only based on reference projects with a minimum commission value of 400.000,00 EUR.

2. At least 4 reference projects in the technical field TVET and at least 2 reference projects in the region Northern Africa in the last 3 years

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.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: 30/08/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 16/09/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
VI.3)Additional information:

The communication takes place exclusively via the project area of the portal.

Bekanntmachungs-ID: CXTRYY6YXJL

VI.4)Procedures for review
VI.4.1)Review body
Official name: Die Vergabekammern des Bundes
Postal address: Villemombler Straße 76
Town: Bonn
Postal code: 53123
Country: Germany
E-mail: vk@bundeskartellamt.bund.de
Telephone: +49 2289499-0
Fax: +49 2289499-163
Internet address: https://www.bundeskartellamt.de
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 (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)Date of dispatch of this notice:
29/07/2022