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

Titel : DE-Frankfurt am Main - Dienstleistungen von Sicherheitsdiensten
Dokument-Nr. ( ID / ND ) : 2023031709195695933 / 162020-2023
Veröffentlicht :
17.03.2023
Angebotsabgabe bis :
18.04.2023
Dokumententyp : Ausschreibung
Vertragstyp : Dienstleistungsauftrag
Verfahrensart : Verhandlungsverfahren
Unterteilung des Auftrags : Gesamtangebot
Zuschlagkriterien : Wirtschaftlichstes Angebot
Produkt-Codes :
79710000 - Dienstleistungen von Sicherheitsdiensten
79417000 - Sicherheitsberatung
DE-Frankfurt am Main: Dienstleistungen von Sicherheitsdiensten

2023/S 55/2023 162020

Auftragsbekanntmachung

Dienstleistungen
Rechtsgrundlage:
Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber
I.1)Name und Adressen
Offizielle Bezeichnung: KfW Bankengruppe
Postanschrift: Palmengartenstr. 5-9
Ort: Frankfurt am Main
NUTS-Code: DE712 Frankfurt am Main, Kreisfreie Stadt
Postleitzahl: 60325
Land: Deutschland
Kontaktstelle(n): Waezi, Ahdia
E-Mail: [6]vergabestelle@kfw.de
Telefon: +49 6974310
Fax: +49 6974312944
Internet-Adresse(n):
Hauptadresse: [7]http://kfw.de
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[8]https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink
/subproject/5b90033c-2a28-4f5b-94b7-5bce1126cbe9
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via:
[9]https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink
/subproject/5b90033c-2a28-4f5b-94b7-5bce1126cbe9
I.4)Art des öffentlichen Auftraggebers
Einrichtung des öffentlichen Rechts
I.5)Haupttätigkeit(en)
Wirtschaft und Finanzen

Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Security Services and Risk Management Advisor Iraq
Referenznummer der Bekanntmachung: KfW-2022-0038
II.1.2)CPV-Code Hauptteil
79710000 Dienstleistungen von Sicherheitsdiensten
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:

Personal protection of the office management of the KfW field office in
Baghdad during all movements outside the office as well as personal
protection of KfW employees on business trips. In addition tendering of
a risk management advisor for the security management of the employees
of the field office as well as preparation of the security concept for
business trips of KfW employees and consultants.
II.1.5)Geschätzter Gesamtwert
Wert ohne MwSt.: 4 365 000.00 EUR
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
79417000 Sicherheitsberatung
II.2.3)Erfüllungsort
NUTS-Code: DE712 Frankfurt am Main, Kreisfreie Stadt
Hauptort der Ausführung:

The services will be performed in Iraq.
II.2.4)Beschreibung der Beschaffung:

KfW finances projects across Iraq including the Kurdish Autonomous
Region. KfW operates a main office in Baghdad and a satellite office in
Erbil. The main office oversees and supports all KfW projects in the
country, including some in remote and high security risk areas. The KfW
offices in Iraq include four full time staff members, complemented by
regular duty travelers (staff and consultants) to the aforementioned
areas.

KfW seeks personal protection of the office director of the KfW field
office in Baghdad during all movements outside the office as well as
personal protection of KfW employees on business trips. In addition
tendering of a risk management advisor for the security management of
the employees of the field office as well as preparation of the
security concept for business trips of KfW employees and consultants.

Close Protection Services:

Close Protection Teams shall support safety to KfW personal. The
services include in particular the following tasks (non exhaustive):
personal protection of the Director outside of KfW office and outside
of residence building premises; in addition protection services for any
movement of the Director outside of Baghdad city center to ensure the
implementation of KfW`s travel policies for Iraq; support/accompaniment
of field missions of KfW staff and consultants inside Baghdad and
outside of Baghdad and Erbil.

Risk Management Advisor (RMA):

An RMA shall support the safety and security risk management system of
KfW in order to ensure safety and security of KfW personnel in Iraq
(assigned there or, where applicable, on short-term missions) and to
provide related advice to consultants (normally on short-term
assignments) working on behalf of KfW or its implementing partners.
Monitoring relevant information concerning the surrounding countries as
it impacts the development of the situation in Iraq is expected. A
designated, suitable office space in Baghdad for the RMA shall be
provided and equipped by the service provider. The RMA must also be
able and equipped to work mobile throughout Iraq (e.g. when in Erbil).
Regular reporting services shall be provided. Moreover, a secure
permanent residential acommodation in Baghdad for the Director in a
secured building/compound shall be provided.

Note: A full description of tasks of the Close Protection Services and
the Services of the RMA will be provided in the "Terms of Reference and
Annex 1". With this notice the participants get the blackened version
of the aformentioned document. KfW will disclose all information to all
interested parties, that consider a participation in the Tender
Procedure, provided, that the "Non Disclosure Agreement" is duly filled
out, signed and electronically sent back via the message function of
the Supplier Wizard. Prerequisite for using the Supplier Wizard is the
registration on KfW`s Tender Plattform
[10]https://ausschreibungen.kfw.de/.The declaration has to be submitted
by each interested Candidate, in cases of consortia by each of its
members, in cases of intended subcontracting by each subcontractor when
participating in the tender procedure.
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
Laufzeit in Monaten: 30
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:

Close Protection Services: 2,5 year fixed term + optional 2x per 1 year
; RMA: 1 year fixed term + optional 3x per 1 year.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Mindestzahl: 3
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:

1. Turnover with similar services (15%)

2. Additional Certificate (3%)

3. Additional References Type 1 (15%)

4. Reference Letters (7%)

5. Additional References Type 2 (10%)

6. Work experience of the International Team Leader as CPT specialist
(7,5%)

7. Work experience of the International Team Leader as team leader of a
CPT (10%)

8. Additional qualification of the International Team Leader (12,5%)

9. Work experience of the RMA overing high risk countries as RMA (5%)

10. Additional qualification of the RMA (15%)

Further details are provided in "Criteria for evaluating the requests
to participate".
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: ja
Beschreibung der Optionen:

In addition to the service scope above, the service provider shall be
in principle able to

provide upon request by KfW the following services:

- Office space for the KfW office in Baghdad (two rooms for four
persons, including

office furniture and internet connection).

- Provision of temporary accommodation in Baghdad and Basra for duty
travelers

(with stable and full speed internet connection and capability to
communicate via

two separate communication systems).

A full description of the options are provided in the fully disclosed
version of "Terms of Reference and Annex 1", please see above II.2.4).
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:

- At the time of submission of the request to participate, the
Candidate or, in case of a Consortium, each member of the Consortium
must be legally established and registered in the commercial registry
or similar public register in one jurisdiction for at least three
consecutive years (according certificate(s) must be submitted with the
request to participate)

- At the time of submission of the request to participate, the
Candidate or, in case of a Consortium, each member of the Consortium
must be formally registered with the Federal Ministry of the Interior
of the Republic Iraq (Private Security Company Registration and
Adjudication) as private security provider and permitted to operate as
an armed security provider throughout the whole country of Iraq
(according certificate(s) must be submitted as part of the request to
participate)

Further details are provided in "Criteria for evaluating the requests
to participate".
III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Turnover with similar services in the last three years (2020, 2021,
2022) earned specifically with services regarding Security Services
(Provision of Operational and protective security) AND Risk Management
Advice (Provision of Security risk management and advisory)

Further details are provided in "Criteria for evaluating the requests
to participate".
Möglicherweise geforderte Mindeststandards:

A minimum total turnover net of VAT of at least EUR 2.5 million in each
year (or other currency equivalent) of which a minimum of 50% of total
turnover results from Security Services.
III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

1. At the time of submission of the request to participate, the
Candidate or, in case of a Consortium, each member of the Consortium
must have the required certification (according certificate(s) must be
submitted with the request to participate)

2. References as regards Close Protection Services (Type 1)

3. References as regards Risk Management Advice (Type 2)

4. At the time of submission of the request to participate, the
candidate or the consortium members combined must have International
Close Protection Team Specialists available during the contract period
either directly or through affiliated firms or through a reliance on
the capacities of other entities. A candidate or a consortium who wants
to rely on the capacities of other entities must submit the form
Commitment in the event of a reliance on the capacities of other
entities already with the Request to Participate. In addition, the
candidate must ensure that the Team Specialists also meet certain
qualification requirements at the time of contract execution.

5. One (1) appointed International Team Leader for the Core Close
Protection Team (CPT)

6. One (1) appointed Risk Management Advisor

Further details are provided in "Criteria for evaluating the requests
to participate".
Möglicherweise geforderte Mindeststandards:

1. The certificate must be from one of the following
institutions/according to ONE of the following standards:

MSS Global

International Code of Conduct Association (ICoCA) (certified member)

ISO 18788:2015

ANSI/ASIS PSC.1-2012.

2. A minimum of five (5) eligible references of type 1. Eligible
references of type 1 are those which comply with ALL minimum criteria
below:

Provision of armed operational and protective security

Commenced in the last six (6) years (2018-2023)

Individual value of minimum EUR 250,000 net of VAT

Provided in a high-risk country (Iraq, Syria, Afghanistan, Pakistan,
Libya, Yemen, Somalia

or South Sudan)

With a minimum deployment duration of close protection specialists of
not less than 30

consecutive days.

In addition, at least two (2) of the aforementioned eligible references
of type 1 must be in the Republic of

Iraq of which:

one reference is ongoing at time of the submission of the tender

one reference includes provision of services including the Kurdish
Autonomous Region in 2022 and/or 2023.

3. A minimum of five (5) eligible references of type 2. Eligible
references of type 2 are those which comply with ALL criteria below:

Provision of risk management advisory services

Commenced in the last five (5) years (2019 - 2023)

Individual value of minimum EUR 30,000 net of VAT.

Provided in relation to a high-risk country (Iraq, Syria,
Afghanistan, Pakistan, Libya, Yemen, Somalia or South Sudan)

In addition, at least two (2) of the aforementioned eligible references
of type 2 must be covering the Republic of Iraq.

4. A minimum of ten (10) International Close Protection Team
Specialists is required and the Specialists must have a non-Iraqi
citizenship. In addtion, the candidate must ensure that at the time of
the execution of the contract the Team Specialists also meet the
following qualification requirements:

Professional training certificate(s) as operational and protective
security specialist

Minimum of five (5) years of work experience as Close Protection Team
Specialist

Deployment in a high-risk country (Iraq, Syria, Afghanistan,
Pakistan, Libya, Yemen, Somalia or South

Sudan)

Fluent speaking and writing in English (C1 European Reference Level)

Valid First Aid certificate

5. The International Team Leader must fulfill all the minimum
qualifications below:

Must have a non-Iraqi citizenship (according document must be
submitted with the request to participate)

Must have worked for the Candidate or Candidate Member either
directly or for an affiliated firm for not less than one (1) year
(aggregated) within the last five (5) years by the date of submission
of the request to participate

Minimum of ten (10) years of general professional experience in armed
forces, or police or registered private security company

Professional training certificate(s) as operational and protective
security specialist with training(s) of not less than (aggregated)
three (3) months (according certificate(s) must be submitted with the
request to participate)

Minimum of five (5) years of work experience as close protection team
specialist

Minimum of three (3) years of work experience as team leader of close
protection teams

Deployment in a high-risk country (Iraq, Syria, Afghanistan,
Pakistan, Libya, Yemen, Somalia or South Sudan) of not less than six
(6) months (aggregated) in the last three (3) years (2020, 2021, 2022)

Fluent speaking and writing in English (C1 European Reference Level)

Valid First Aid certificate not older than two (2) years at time of
submission of the request to participate (according certificate must be
submitted with the request to participate)

Permission to legally carry weapons/ arms in the Federal Republic of
Iraq (according certificate must be submitted with the request to
participate)

6. The RMA must fulfill all the minimum qualifications below:

At least five (5) years of professional work experience as risk
management advisor covering a high risk country (Iraq, Syria,
Afghanistan, Pakistan, Libya, Yemen, Somalia or South Sudan)

At least one (1) year experience (aggregated) as risk management
advisor and/or in a leading safety and security manager position based
in Iraq

Fluent in speaking and writing in English (C2 European Reference
Level)

No criminal record in country of origin - according police clearance
certificate not older than 6 months from the time of the submission of
the tender must be submitted with the request to participate
III.2)Bedingungen für den Auftrag
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
IV.1.5)Angaben zur Verhandlung
Der öffentliche Auftraggeber behält sich das Recht vor, den Auftrag auf
der Grundlage der ursprünglichen Angebote zu vergeben, ohne
Verhandlungen durchzuführen
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: 18/04/2023
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: 31/12/2023

Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.3)Zusätzliche Angaben:

1. A Request to Participate has to be submitted exclusively
electronically. A signature is not required. Candidates must carry out
any electronic submission using the supplier portal of our e-tender
platform [11]https://ausschreibungen.kfw.de.The submission of a request
to participate requires a registration and a login. After a successful
registration and login please use the tab Supplier Wizzard to open
your personal overview and to submit your request to participate. KfW
will examine the eligibility of candidates on the basis of the
self-declarations a candidate submits using the electronic forms of the
Supplier Wizzard and supplemental forms (Request to Participate,

CV's, etc.). A candidate, a consortium and each other undertaking, a
candidate relies on to demonstrate its eligibility, has to prove with a
self declaration (tick boxes of the Supplier Wizzard) that there are no
reasons for an exclusion due to Sections 123 and 124 of GWB.

2. The Tender documents contain the following blackened pieces of
information:

- Terms of Reference and Annex 1.

KfW will disclose these pieces of information to all interested
parties, that consider a participation in the Tender Procedure,
provided, that this agreement is duly filled out, signed and
electronically sent back via the message function of the Supplier
Wizard. Prerequisite for using the Supplier Wizard is the registration
on KfW`s Tender Plattform [12]https://ausschreibungen.kfw.de/

This declaration has to be submitted by each interested Candidate, in
cases of consortia by each of its members, in cases of intended
subcontracting by each subcontractor when participating in the Tender
Procedure.
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Vergabekammer Bund
Postanschrift: Villemomblerstraße 76
Ort: Bonn
Postleitzahl: 53113
Land: Deutschland
Telefon: +49 22894990
Fax: +49 2289499163
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:

§ 160 (3) (4) GWB: A petition for review is inadmissible if more than
15 calendar days have elapsed after receipt

of the notification from the client to remedy the complaint.
VI.5)Tag der Absendung dieser Bekanntmachung:
14/03/2023

References

6. mailto:vergabestelle@kfw.de?subject=TED
7. http://kfw.de/
8. https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink/subproject/5b90033c-2a28-4f5b-94b7-5bce1126cbe9
9. https://ausschreibungen.kfw.de/evergabe.bieter/api/external/deeplink/subproject/5b90033c-2a28-4f5b-94b7-5bce1126cbe9
10. https://ausschreibungen.kfw.de/.The
11. https://ausschreibungen.kfw.de.The/
12. https://ausschreibungen.kfw.de/

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