Sie sehen Ausschreibungen der letzten 100 Tage, deren Frist abgelaufen ist. Bestellen Sie einen kostenlosen Demozugang.

Drucken

Titel

Dienstleistungen im Bereich Umweltsicherheit

Vergabeverfahren

Öffentliche Ausschreibung
Dienstleistungsauftrag (VOL/VOF)

Auftraggeber

Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH Nierlassung Eschborn
Dag-Hammarskjöld-Weg 1-5
65760 Eschborn

Ausführungsort

DE-65760 Eschborn

Frist

03.02.2023

TED Nr.

734740-2022

Beschreibung

Abschnitt I:

I.1) Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH

Dag-Hammarskjöld-Weg 1 - 5

65760 Eschborn

Telefon: +49 619679

E-Mail: giz(at)imtb.de

Internet: https://www.giz.de

I.2) Informationen zur gemeinsamen Beschaffung

I.3) Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: Internet: https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YQ6S/documents Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: Internet: https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YQ6S

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: 81292344-Expert pool for advice on e-waste management in Ghana Referenznummer der Bekanntmachung: 81292344

II.1.2) CPV-Code Hauptteil 90700000 Dienstleistungen im Umweltschutz

II.1.3) Art des Auftrags Dienstleistungen

II.1.4) Kurze Beschreibung: Population growth, rising prosperity and changing consumption habits are also leading to an increasing volume of WEEE in Ghana. With increasing digitalization of the economy and decentralization of energy supply, new waste streams are added. Even though the average generation of electronic waste is relatively low at around 1.8 kg per inhabitant per year in Ghana (United Nations University 2020), this development affects a country whose collection and recycling structures for waste and recyclable materials are still insufficiently developed. WEEE is therefore largely collected and recycled in the informal sector, releasing substances harmful to the environment and health, such as lead, nickel, cadmium, arsenic or mercury. The associated health and environmental costs are externalized. Recyclers that comply with environmental and social standards and stand up against corruption are not competitive under these circumstances. This hinders the development of a recycling industry. Besides the challenges, there are important potentials: the Ministry of Science, Technology and Innovation (MESTI) has begun developing an e-waste policy. With the Hazardous and Electronic Waste Control and Management Act (Act 917) and the Hazardous and Electronic Waste Control and Management Regulation (LI 2250), Ghana has created a legal framework for sustainably managing WEEE. In its National Medium-Term Development Policy Framework 2022-2025, the implementation of Act 917 and the establishment of a circular economy are mentioned as important elements for "reducing pollution". Eliminating or substituting substances that destroy the ozone layer forms part of the measures Ghana has set itself as part of its Nationally Determined Contributions (NDCs). MESTI is actively promoting the socially balanced management of WEEE. Since 2020, an environmental levy has been imposed on the imports of 60 product groups in the electrical and electronics sector, which was increased to 360 items in April 2022. These funds flow into a special account controlled by MESTI and the Environmental Protection Agency (EPA). It is not yet foreseeable how high these revenues will be and how the disbursements will be arranged. However, with the E-Waste Fund regulated in Act 917, an important prerequisite for sustainably financing the recycling of WEEE has been created. In anticipation of upcoming tenders from the fund, cooperation arrangements have been established between international enterprises and local recyclers, which expand the spectrum of possible recycling and upcycling options. The third phase of the project is integrated into the core theme "climate and energy, just transition" of German development cooperation in Ghana. The core problem in the e-waste sector in Ghana is identified as a lack of vision on the part of all actors and thus also the lack of operationalization of sustainable management models of WEEE. The project outcome is thus: Models for improved management of WEEE along the value chain have been tested in cooperation between public and private actors at selected locations Within the urban population of Ghana, people involved in the management of WEEE or suffering from the consequences of improper recycling will be addressed in particular. Cooperation in the sector, the capacities of state actors and the private sector through technical, organizational and process advice are to be strengthened. Key outputs include improving the coordination of state actors on WEEE management models, strengthening private sector approaches to WEEE management and involving formerly informal actors in WEEE management structures, including women. Implementing partners are MESTI, the Environmental protection agency (EPA), local government entities in Tamale and Kumasi, associations of collectors and recyclers of e-waste as well as NGOs and innovation / business promotion hubs. The project has an overall budget of up to 6,700,000 EUR and a duration of 3 years (02/2023 to 01/2026).

II.1.5) Geschätzter Gesamtwert

II.1.6) Angaben zu den Losen Aufteilung des Auftrags in Lose: nein

II.2) Beschreibung

II.2.1) Bezeichnung des Auftrags

II.2.2) Weitere(r) CPV-Code(s) 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste 90500000 Dienstleistungen im Zusammenhang mit Siedlungs- und anderen Abfällen 90710000 Umweltmanagement 90720000 Umweltschutz 90721000 Dienstleistungen im Bereich Umweltsicherheit

II.2.3) Erfüllungsort NUTS-Code: GH Hauptort der Ausführung: 00000 Ghana

II.2.4) Beschreibung der Beschaffung: The contractor should contribute to all outputs and indicators of the e-waste project in Ghana (primarily output 1 and 2). The task is to provide a pool of national and international experts delivering advice to national and local public and private stakeholders. The assignment comprises 3 work packages. WP 1: Elaboration of models for WEEE management to be agreed upon between national and local level sector stakeholders. Experts are needed for technical solutions, for the support to the operationalization of the recycling fund, for the training and support to the health and environment officers of the MMDAs and the support to the implementation/ enforcement scheme of the legislative framework and technical guidelines. The involvement of all relevant stakeholders and decision makers is required. A technical working group with relevant governmental participation as well as civil society partners and technicians with a clear mandate should steer the implementation process. The consultants shall develop concepts and recommendations for different aspects of WEEE management, moderate and support design, organization and logistics for multi stakeholder dialogues on WEEE management, provide inputs to stakeholders and in meetings of the relevant technical working groups or other stakeholder dialogues, provide on-the-job advice and trainings on the design of management mechanisms (particularly financing mechanisms) to national mandated institutions, advise the Environmental Protection Agency on the implementation and enforcement of regulations (LI 2250 and Technical Guideline), analyze strengths and weaknesses as well as potential impacts of different management options and formulate recommendations in order to facilitate the design of management models and decisions by the national technical working groups. The expert pool shall provide demand-driven support to trainings for MMDA staff and stakeholders in charge of e-waste management as well as to decision-makers on regional level in order to promote the harmonization of stakeholder views and an effective implementation of the management models elaborated in the technical working groups. The expert pool shall also identify capacity development needs of national/ local consultants or young professionals and propose training or coaching activities for them in order to contribute to a broader upgrading of e-waste expertise in Ghana. WP 2 Technical support and business development to private sector companies in the recycling sector in Ghana The private recycling sector in Ghana is so far not capable to provide sustainable technical solutions for recycling and disposal of e-waste and related waste fractions. The last audit of the EPA showed that most of the companies are not compliant with the legal framework. Technical as well as business support is required to upscale the sector. One important element for improvement is thus the support to the implementation of improvement measures and the corrective action plans in selected recycling companies, in order to make them capable to tender for the recycling of problematic fractions and to ensure the environmentally sound treatment of these fractions. In addition, other additional business models for reuse and recycling of e-waste shall be promoted. The expert pool shall support and complement the GIZ staff with technical expertise and the establishment of promising partnerships and provide trainings for companies. The experts shall provide recommendations to private companies on suitable technical solutions in order to improve the environmental performance of existing recycling activities, provide advice to recycling companies on how to implement the corrective action plans elaborated by the EPA, coordinate with EPA on priorities they see for the implementation of corrective action plans and advise the EPA how it can support the recycling companies, provide recommendations and propose potential partnerships to establish new solutions for recycling, up-cycling or re-using problematic e-waste components, support the GIZ team and individual national companies in establishing suitable contacts and partnerships with international companies, advise the umbrella organisation of e-waste recycling companies (EWROTA), give peer advice to or tandem assignments with local young professions or local waste management consultants. WP 3 Advice to operators of 2 collection and dismantling centers in pilot locations on operational and financial aspects linked to WEEE management models agreed upon on the national level In Kumasi and Tamale the project activities build on the infrastructure for a collection and dismantling centre financed by the Worldbank. The measures will include the operator model, organizational development of scrap workers associations, input/output assessment, permitting processes, layouting and trainings. The expert pool is expected to support in advisory processes regarding selected aspects linked to the WEEE management models selected on the national level. These include 1. mechanisms for collection, 2. how the local stakeholders in the pilot locations can benefit from nationally established financing mechanisms and 3. how the local collection and dismantling stakeholders can establish viable business relations with formal recyclers. The assigned expert is also expected to contribute to upgrading national expertise through mentorship and coaching to local consultants. The consultant shall support national consultants and the GIZ team in assessing the experiences gathered on the local level, in order to inform the recommendations to the national level on pricing and financing mechanisms, coordinate with local stakeholders, collection and dismantling centers in pilot locations on needs and options regarding financing mechanisms and support local collection and dismantling centers and other local stakeholders on establishing viable business relations with formal recyclers.

II.2.5) Zuschlagskriterien Die nachstehenden Kriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt

II.2.7) Laufzeit des Vertrags, der Rahmenvereinbarung, des dynamischen Beschaffungssystems oder der Konzession Laufzeit in Monaten: 31 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.2.12) 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: 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: 300.000 EUR 2. Average number of employees and managers in the last three calendar years, at least 5 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 80.000 EUR. 2. At least 3 reference projects in the technical field e-waste management and at least 2 reference projects in the region Western Africa in the last 3 years

III.1.5) Angaben zu vorbehaltenen Aufträgen

III.2) Bedingungen für den Auftrag

III.2.1) Angaben zu einem besonderen Berufsstand Beruf angeben:

III.2.2) Bedingungen für die Ausführung des Auftrags

III.2.3) Für die Ausführung des Auftrags verantwortliches Personal

Abschnitt IV: Verfahren

IV.1) Beschreibung

IV.1.1) Verfahrensart Offenes Verfahren

IV.1.3) Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem

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.1.8) Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja

IV.2) Verwaltungsangaben

IV.2.1) Frühere Bekanntmachung zu diesem Verfahren

IV.2.2) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 03.02.2023 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: 15.05.2023

IV.2.7) Bedingungen für die Öffnung der Angebote Tag: 03.02.2023 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 All communication takes place in English via communication tool in the project area of the procurement portal. Bekanntmachungs-ID: CXTRYY6YQ6S

VI.4) Rechtsbehelfsverfahren/Nachprüfungsverfahren

VI.4.1) Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Die Vergabekammern des Bundes Villemombler Straße 76 Bonn 53123 Deutschland Telefon: +49 2289499-0 E-Mail: vk(at)bundeskartellamt.bund.de Fax: +49 2289499-163 Internet: https://www.bundeskartellamt.de

VI.4.2) Zuständige Stelle für Schlichtungsverfahren

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.4.4) Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt

VI.5) Tag der Absendung dieser Bekanntmachung Tag: 27.12.2022

Veröffentlichung

Geonet Ausschreibung 48815 vom 02.01.2023