81317996-Technical Assistance for performance-based service delivery in Kenya

Subject of the tender procedure: Technical Assistance for performance-based service delivery in Kenya Project description Title: Strengthening Good Governance in Kenya Commissioned by: German Federal Ministry for Economic Cooperation and Development (BMZ) and Co-Financed by the European Union (EU) Country: Kenya Main political partner: Office of the Attorney General and …

CPV: 79000000 Forretningstjenesteydelser: forskrifter, markedsføring, rådgivning, rekruttering, trykning og sikkerhed
Henrettelsessted:
81317996-Technical Assistance for performance-based service delivery in Kenya
Tildelende organ:
Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Tildelingsnummer:
81317996

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 : 81317996-Technical Assistance for performance-based service delivery in Kenya
Description : Subject of the tender procedure: Technical Assistance for performance-based service delivery in Kenya Project description Title: Strengthening Good Governance in Kenya Commissioned by: German Federal Ministry for Economic Cooperation and Development (BMZ) and Co-Financed by the European Union (EU) Country: Kenya Main political partner: Office of the Attorney General and Department of Justice (AGDoJ) Overall term: 01/2025 to 12/2027 (Term of EU Output: 01/2025 to 09/2027) Context The Strengthening Good Governance Programme in Kenya, herein referred to as GoGo programme, aims at improving governance in Kenya in terms of anti-corruption, accountability, transparency and impact orientation. The GoGo programme is commissioned by the German Federal Ministry for Economic Cooperation and Development (BMZ), co-financed by the European Union (EU) and implemented by the Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH. To achieve its objective, the program focuses on improving administrative practices at the sub-national level to support impact-oriented service delivery, and on enhancing the legal and institutional framework for managing public finances and combating corruption. This consultancy contract supports the implementation of the EU-commissioned output (EU Output). Performance management (PM) is key in public administration and service delivery especially at subnational level. The streamlining of processes, optimization of scarce resources as well as the enhancement of efficiency and effectiveness in service delivery depends mostly on functioning systems of PM, by streamlining, reducing waste, and optimizing resource use. It promotes accountability and transparency, ensures public servants are responsible for their actions and outcomes, which builds public trust. Despite progress of public sector reforms, Kenya still has significant challenges which impede effective performance management and accountable service delivery. Initially successful, performance management has lost momentum over time. Frequent changes in the responsible office due to government regime shifts have led to fragmented management and inconsistent tool application, resulting in uncoordinated implementation. Additional challenges include in-adequate funding, weak oversight capacity, lack of clear incentives and sanctions, and non-compliance with guidelines. Consequently, these issues have led to inefficient resource use, duplicated efforts, and a lack of accountability for achieving impactful results for Kenyan citizens. Objective The objective is to create more accountable, transparent and efficient public institutions that provide improved services to citizens. Approach To achieve its objective, the program focuses on the following result areas: Outcome and Outputs Indicators Outcome: County systems are improved to deliver devolved services. Output 1: Roll-out of the Kenya Integrated Performance Management Policy (KIPMP) to county governments. I 1.1 The Kenyan Integrated Performance Management Policy has been reviewed and updated. I 1.2. The legal framework (policies/ laws/ regulations) has been enacted to implement the KIPMP. Output 2: Strengthening the capacity of the Public Service Performance Management Unit (PSPMU) and the Public Service Commission (PSC). I 2.1: Number of certified staff (PSMU and PSC) on general concepts of performance management as well as newly elaborated methodologies on performance management. Output 3: Strengthening the capacity of County Public Service Boards (CPSBs) and County Assemblies, county departments for public service. I 3.1: Plans approved by county assemblies in the target counties with a gender-based approach. I 4.2: Number of county Public Service Board members and county assembly members/ technical staff are trained within the target counties. Output 4: Strengthened County (both executive and legislature) capacities in Public Expenditure Management (PEM) processes. I 4.1: Number of long-term plans in conformity with the County Governments Act, approved and integrated to medium-term planning and Medium-term Expenditure Framework (MTEF) processes in target counties with a gender-based approach. I 4.2: Number of county executive and county assembly technical staff trained on various aspects of PEM processes in target counties. Output 5: Institutionalised guidelines for County PEM processes with gender-based approaches I 5.1: Number of PEM guidelines developed and rolled out for use by target counties The lead executing agency for the project is the Office of the Attorney General and Department of Justice (OAG&DoJ). Other key partners include the Council of Governors (CoG), Public Service Performance Management Unit (PSPMU), State Department for Devolution (SDD) and 15 County Executives & Assemblies (Baringo, Elgeyo Marakwet, Embu, Homa Bay, Isiolo, Kakamega, Kilifi, Kirinyaga, Kisumu, Kwale, Machakos, Makueni, Tana River, Turkana and Vihiga). The ultimate beneficiaries of the programme are the citizens of Kenya who will benefit from a more citizen-oriented, trustworthy and accountable governance.
Procedure identifier : b36ef276-7031-47cc-a433-d319056fa801
Internal identifier : 81317996
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 ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

2.1.2 Place of performance

Country : Kenya
Anywhere in the given country

2.1.4 General information

Additional information : Bekanntmachungs-ID: CXTRYY6YT0T8KE6Y 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 : In accordance with §§ 123,124 GWB, § 22 LkSG
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 : 81317996-Technical Assistance for performance-based service delivery in Kenya
Description : The Strengthening Good Governance Programme in Kenya, herein referred to as GoGo programme, aims at improving governance in terms of anti-corruption, accountability, transparency and impact orientation. The GoGo programme is commissioned by the German Federal Ministry for Economic Cooperation and Development (BMZ), co-financed by the European Union (EU) and implemented by the Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH. The programme collaborates with national authorities, civil society organisations, as well as 15 county assemblies and executives. This consultancy contract supports the implementation of the EU-commissioned output (EU Output), which focuses on the review, adaptation, and roll-out of the Kenya Integrated Performance Management Policy (KIPMP). It also includes strengthening the capacity of national and county-level institutions in key areas such as performance management, monitoring and evaluation (M&E), human resource management, budgeting and gender-sensitive expenditure management, strategic planning, and oversight mechanisms. The contractor"s services will be fully integrated into the overall programme approach and must align with the programme"s overarching strategy and objectives. The contractor is expected to deliver on the following key activities: 1) Strengthening of the Legal and Collaboration Framework The Objective is to support the GoGo programme"s interventions to strengthen the legal framework and collaboration structure for an integrated, harmonized and standardized Performance Management Architecture. 2) Capacity Development for impact-oriented service delivery The objective is to support the GoGo programme"s interventions to strengthen the institutional and individual capacities of national and county partners regarding impact-oriented service delivery and effective use of performance tools and systems. While the national partners (focus on Public Service Performance Management Unit, Council of Governors, State Department for Devolution, to a lesser extent the Public Service commission) should be capacitated and strengthened to facilitate knowledge transfer and Trainings on Performance Management, the county partners will be trained and mentored on different thematic areas (e.g. performance management, human resource management, strategic long and mid-term planning, gender-responsive planning and reporting, public expenditure management, program-based and gender-based budgeting, and oversight. Additional topics may also emerge during implementation). 3) Strengthen Peer learning on impact-oriented service delivery The objective is to support the GoGo programme"s interventions to strengthen peer learning amongst partner counties to enhance mutual learning and upscaling of best practices regarding performance management and impact-oriented service delivery. This key activity also includes the organization and implementation of a regional study trip for partners. 4) IT Support for Performance Management Systems The Objective is to support the GoGo programme"s interventions to strengthen the existing national performance contracting IT system and develop IT solutions for county level performance management monitoring. In addition to the key activities defined above, the contractor will also provide services related to cross-cutting issues. These include: - Facilitating and moderating internal GIZ trainings, workshops, and peer-learning sessions. - Developing communication products, such as informational videos, animations, and other multimedia content to support visibility and knowledge sharing. The key activities are supposed to be implemented through the following instruments: Key Expert 1: Pool Manager with national experience Based in Nairobi and responsible for the overall coordination and management of three distinct short-term expert pools (Expert Pool 1, 2 and 3, please see below). In addition to coordinating these expert pools, Key Expert 1 will provide technical support for Work Packages 1, 2 and 3 as described in section 2.2. Key Expert 2 and Key Expert 3: Experts with national experience Key Expert 2 and Key Expert 3 will be stationed in Kisumu and Mombasa, respectively. They will support the regional coordination and implementation of activities within the counties, in close collaboration with GIZ staff and local stakeholders. Expert Pool 1: Short-term experts (with international experience) Expert Pool 2: Short-term experts (with national experience) Expert Pool 3: Short-term IT experts (with national experience)
Internal identifier : 81317996

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
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

Country : Kenya
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 21 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

This is a recurrent procurement
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project fully or partially 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:selbst#

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Environmental protection and climate action (climate change mitigation/adaptation): GIZ would like to reduce greenhouse gas emissions caused by travel. Contractors are required to include options for reducing emissions in the tender documents, such as selecting the lowest emission booking class (economy) and using means of transport, airlines and flight routes with a higher CO2 efficiency. For short distances, travel by train (second class) or e-mobility should be the preferred option. If they cannot be avoided, CO2 emissions caused by air travel must be offset.
Aim of strategic procurement : Fulfilment of social objectives
Description : Gender equality The tenderer is required to outline in the tender how it can prevent negative impacts on gender equality in its area of responsibility and how it can contribute to improving gender equality through corresponding measures (see also relevant requirements in section 2.5). Conflict and context sensitivity The tenderer is required to outline in the tender how they can prevent negative impacts on Kenya"s current governance system and citizens" dissatisfaction, and in addition, how it can contribute to improving this situation through corresponding measures (see also relevant requirements in section 2.5).
Approach to reducing environmental impacts : Climate change mitigation
Social objective promoted : Ethnic equality, Gender equality

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 from eligible participants, we will make a selection on the basis of the criteria laid out in the procurement documents and invite tenders only from the 5 candidates with the highest scores. We reserve the right to cancel the procurement procedure if we receive fewer than 3 requests to participate. If it is not possible to make a clear selection of up to five candidates for the tendering phase on the basis of the criteria listed in the procurement documents (e.g. if a number of candidates achieve the same overall eligibility score), we reserve the right to increase the maximum number of five Weighted criteria for the selection of candidates: I.Technical experience 1. Public Financial Management: 25 % 2. Performance Management: 25 % 3. Decentralisation Reforms: 25 % 4. Management of short-term expert pools: 15 % II. Regional experience: in one or more of the following countries: Botswana, Eswatini, Ethiopia, Ghana, Lesotho, Liberia, Kenya, Namibia, Nigeria, Malawi, Rwanda, Sierra Leone, South Africa, Tanzania Uganda, Zambia and/or Zimbabwe in the technical field "Governance": 10 %
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 250,000.00 EUR. 2. At least 5 reference projects in the technical field "Governance" thereof at least 5 reference projects in one or more of the following countries: Botswana, Eswatini, Ethiopia, Ghana, Lesotho, Liberia, Kenya, Namibia, Nigeria, Malawi, Rwanda, Sierra Leone, South Africa, Tanzania Uganda, Zambia and/or Zimbabwe in the technical field above ("Governance") each in the last 36 months (deadline: date of publication of invitation to tender).
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: 4 Mio. EUR.
Criterion : Average yearly manpower
Description : EN-B2: Technical and professional ability (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): Average number of employees and managers in the last three calendar years, at least 15 persons.
Criterion : References on specified services
Description : Weighted criteria for the selection of candidates: I.Technical experience 1. Public Financial Management: 25 % 2. Performance Management: 25 % 3. Decentralisation Reforms: 25 % 4. Management of short-term expert pools: 15 % II. Regional experience: in one or more of the following countries: Botswana, Eswatini, Ethiopia, Ghana, Lesotho, Liberia, Kenya, Namibia, Nigeria, Malawi, Rwanda, Sierra Leone, South Africa, Tanzania Uganda, Zambia and/or Zimbabwe in the technical field "Governance": 10 % - 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 : 5
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 : 01/08/2025 23:59 +02:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 29/08/2025
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
Description of the financial guarantee : An advance payment guarantee may be required.
Deadline for receipt of requests to participate : 12/08/2025 12:00 +02:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all 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
Contact point : Friedrich Graf von Westphalen & Partner mbB Rechtsanwälte
Telephone : +49 69719189012
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 : 87025c43-8cb2-44b3-9bea-fab25b198ff3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/07/2025 16:22 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00453097-2025
OJ S issue number : 131/2025
Publication date : 11/07/2025