81318212-Supporting the Implementation of the Rwanda Green Taxonomy

Information about the project: Climate-friendly economic policy and financing Context Rwanda is extremely vulnerable to climate change, which is putting growing pressure on many economic sectors, regions and population groups. It also threatens to exacerbate inequalities. Reducing greenhouse gas emissions and better adapting the country to the impacts of climate …

CPV: 75211200 Услуги, свързани с външноикономическа помощ, 79100000 Юридически услуги, 79400000 Консултантски услуги по управление и стопанска дейност и свързаните с тях услуги
Място на изпълнение:
81318212-Supporting the Implementation of the Rwanda Green Taxonomy
Издаващ орган:
Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Номер на наградата:
81318212

1. Buyer

1.1 Buyer

Official name : Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 81318212-Supporting the Implementation of the Rwanda Green Taxonomy
Description : Information about the project: Climate-friendly economic policy and financing Context Rwanda is extremely vulnerable to climate change, which is putting growing pressure on many economic sectors, regions and population groups. It also threatens to exacerbate inequalities. Reducing greenhouse gas emissions and better adapting the country to the impacts of climate change requires substantial investment by the Rwandan state, international cooperation and private investors. Climate change and green economic growth top the Rwandan development agenda. The country is therefore designing an economic and fiscal policy that is climate-friendly and for the long term, and it is further developing its institutional capacities. This is creating the conditions for channelling capital flows into climate-relevant projects and economic activities and securing the right to a healthy environment for the people in Rwanda and, in particular, future generations. Objective The regulatory and market economy conditions for making public and private capital available for a socio-environmental economic transformation in Rwanda are improved. Approach The project operates in three closely interlinked areas of activity. It helps make more and better information available for decisions in the area of national climate finance. The project also improves the analytical and technical capacities of the Rwandan finance institutions for implementing a climate-oriented fiscal and economic policy. For example, it provides advice on shaping policies and assessing their impacts, implementing Rwanda"s green taxonomy and reporting. In addition, the project supports relevant authorities in developing climate-oriented regulatory and supervisory instruments.
Procedure identifier : 46f3f82f-2a4c-4b31-9a49-b755259dc15f
Internal identifier : 81318212
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75211200 Foreign economic-aid-related services
Additional classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services

2.1.2 Place of performance

Town : Kigali
Country : Rwanda

2.1.4 General information

Additional information : Bekanntmachungs-ID: CXTRYY6YT0QWWKZG All communication takes place in English via communication tool in the project area of the procurement portal.
Legal basis :
Directive 2014/24/EU
vgv -

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching of obligations set under purely national exclusion grounds :
Participation in a criminal organisation :
Terrorist offences or offences linked to terrorist activities :
Money laundering or terrorist financing :
Fraud :
Corruption :
Child labour and including other forms of trafficking in human beings :
Breaching obligation relating to payment of taxes :
Breaching obligation relating to payment of social security contributions :
Breaching of obligations in the fields of environmental law :
Breaching of obligations in the fields of social law :
Breaching of obligations in the fields of labour law :
Insolvency :
Assets being administered by liquidator :
Business activities are suspended :
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law :
Grave professional misconduct :
Agreements with other economic operators aimed at distorting competition :
Conflict of interest due to its participation in the procurement procedure :
Direct or indirect involvement in the preparation of this procurement procedure :
Early termination, damages, or other comparable sanctions :
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 81318212-Supporting the Implementation of the Rwanda Green Taxonomy
Description : Information about the services to be provided The objective of the tender is to ensure an active application and utilization of Rwanda Green Taxonomy (RGT; rwandagreentaxonomy) by providing capacity building and tools for key stakeholders and users, and by providing guidance on how to integrate the RGT into national policies and regulations. Under the leadership of the Rwandan Ministry of Finance and Economic Planning and the Ministry of Environment, the RGT was developed in 2023-2024 as a framework for classifying green economic activities. The RGT aims to clearly define green investments, thereby bridging the gap between the financial market and environmental goals. Its successful application and implementation require additional initiatives such as incentives, regulations, promotion, and capacity building, among others. An actionable RGT Implementation Roadmap has been developed to identify potential opportunities and actors in the short, medium and long term to foster effective use of the RGT. The objective of the RGT Implementation Roadmap (not yet published) is to provide guidance on how to align the existing policy and regulatory framework with the RGT. It also outlines steps to initiate new policies and regulations that drive implementation, fostering effective use of the RGT. Additionally, the Roadmap outlines institutional strengthening capacity building initiatives for key stakeholders and users of the RGT, so as to meaningfully engage and coordinate with them for RGT implementation. The services to be provided under this tender form part of the RGT Implementation Roadmap. The contractor will collaborate with relevant stakeholders, including government agencies, industry, and financial institutions as well as with GIZ bilateral and global projects. The services provided under the tender are grouped in three work packages: 1: Inception phase and stakeholder engagement 2: Integration of the RGT into national policies and regulations 3: Development of capacity and tools for RGT implementation.
Internal identifier : 81318212

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75211200 Foreign economic-aid-related services
Additional classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Options :
Description of the options : 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.

5.1.2 Place of performance

Town : Kigali
Country : Rwanda
Additional information :

5.1.3 Estimated duration

Duration : 19 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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.

5.1.6 General information

The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:other-sme#

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Travel: CO2-compensation for flights. In order to promote gender equality and avoid or mitigate possible unintended negative impacts in its area of responsibility, the contractor should implement the following measures: negative impacts in the financial sector, as well as improved financial sector's awareness regarding the positive effects and opportunities of sustainable investments. Foster deeper understanding of green finance, sustainability metrics, and environmental governance to help key actors.
Aim of strategic procurement : Innovative purchase
Description : (iv) Establish stakeholder engagement mechanism (governance structure) to provide for collaborative platforms for steering and decision-making, exchanging information, progress monitoring and reporting within the broader framework of the RGT Implementation Roadmap, and consisting, as necessary, of the Steering Committee, Technical working and other relevant stakeholder groups.
Aim of strategic procurement : Fulfilment of social objectives
Description : In order to promote gender equality and avoid or mitigate possible unintended negative impacts in its area of responsibility, the contractor should implement measures shall achieve gender-sensitive indicators in the development of sustainable taxonomies.
Approach to reducing environmental impacts : Climate change mitigation
Social objective promoted : Gender equality
Innovative objective : The procured works, supplies, or services entail product innovation

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : EN-A1: Principles for the execution of orders (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): The eligbility criteria are not from the same category as stipulated above, as there is no suitable category. 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)
Criterion : Other economic or financial requirements
Description : EN-A2: Conditions for the reduction of candidates (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): If we receive more than 5 requests to participate, we will make a selection on the basis of the criteria laid out in the procurement documents and invite tenders only from the X candidates with the highest scores. We reserve the right to cancel the procurement procedure if we receive fewer than 3 requests to participate. Weighted criteria for the selection of candidates: B.III.1 Technical experience (80%) 1. Global sustainability reporting standards (20%) 2. Taxonomy development and implementation (40%) 3. Climate finance policies and strategies (20%) B.III.2 Regional experience (0%) B.III.3 Experience of development projects (at least 50% ODA-financed) (20%)
Criterion : References on specified services
Description : EN-B1: Technical and professional ability (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): 1. The technical assessment is only based on reference projects with a minimum commission value of 50,000 EUR (in words: fifty thousand). 2. At least 3 reference projects in the technical field Sustainable Finance and Taxonomy, whereof 2 reference projects in Sustainable finance and 1 reference project in Taxonomy and at least 2 reference projects in the region of Africa in the technical field of Sustainable Finance, in the last 36 months
Criterion : Average yearly turnover
Description : EN-C1: Economic and financial standing (Mit dem Teilnahmeantrag; 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: 700,000 EUR (in words: seven hudnred thousand).
Criterion : Other economic or financial requirements
Description : EN-C2: Economic and financial standing (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): Average number of employees and managers in the last three calendar years, at least 10 persons.
Criterion : References on specified services
Description : Weighted criteria for the selection of candidates: B.III.1 Technical experience (80%): 1. Global sustainability reporting standards (20%) 2. Taxonomy development and implementation (40%) 3. Climate finance policies and strategies (20%) B.III.2 Regional experience (0%) B.III.3 Experience of development projects (at least 50% ODA-financed) (20%) - Assessment of technical eligibility / weighted criteria for the selection of candidates
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 16/07/2025 23:59 +02:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 20/08/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 05/08/2025 12:00 +02:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : GIZ asks the applicant or bidder to submit, complete or correct documents, within the framework laid down by law.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The execution conditions result from the information given in the contract notice and the tender documents.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vergabekammern des Bundes
Information about review deadlines : 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.
Organisation providing additional information about the procurement procedure : Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Organisation receiving requests to participate : Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH

8. Organisations

8.1 ORG-0001

Official name : Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Registration number : 993-80072-52
Postal address : Dag-Hammarskjöld-Weg 1 - 5
Town : Eschborn
Postcode : 65760
Country subdivision (NUTS) : Main-Taunus-Kreis ( DE71A )
Country : Germany
Telephone : +49 619679
Fax : +49 6196791115
Internet address : https://www.giz.de
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Vergabekammern des Bundes
Registration number : 022894990
Postal address : Kaiser-Friedrich-Straße 16
Town : Bonn
Postcode : 53113
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49 2289499-0
Fax : +49 2289499-163
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registration number : 0204:994-DOEVD-83
Town : Bonn
Postcode : 53119
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49228996100
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : e7e86516-6c69-46aa-a7e7-98f991375dbc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 14:31 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00434899-2025
OJ S issue number : 126/2025
Publication date : 04/07/2025