Development of relevant planning tools for water security and climate resilience in Urban Areas in Tanzania (Output 2 and Output 3 of ProWaS)

GIZ has been commissioned to implement the project "Water Security and Climate Resilience for Urban Areas and their Catchments in Tanzania (ProWaS)" in Tanzania on behalf of the German Federal Ministry of Economic Cooperation and Development (BMZ). The Overall Objective of the project is the sustainable improvement of the population"s …

CPV: 90713100 Consulting services for water-supply and waste-water other than for construction, 65111000 Drinking-water distribution
Place of execution:
Development of relevant planning tools for water security and climate resilience in Urban Areas in Tanzania (Output 2 and Output 3 of ProWaS)
Awarding body:
Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Award number:
81299085

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 : Development of relevant planning tools for water security and climate resilience in Urban Areas in Tanzania (Output 2 and Output 3 of ProWaS)
Description : GIZ has been commissioned to implement the project "Water Security and Climate Resilience for Urban Areas and their Catchments in Tanzania (ProWaS)" in Tanzania on behalf of the German Federal Ministry of Economic Cooperation and Development (BMZ). The Overall Objective of the project is the sustainable improvement of the population"s access to drinking water and sanitation services, as well as the management of water resources. GIZ"s political implementation partner is the Ministry of Water, and coordination subnational entities such as Basin Water Boards, Catchment Committees, Water Supply and Sanitation Authorities, and Local Government Authorities is also key to the project methodology. As part of the process to achieve universal access to water as envisioned in the Tanzania Development Vision 2025, water sector stakeholders, guided by the Ministry of Water, have introduced three instruments as part of the Water Sector Development Programme: (1) Joint Town-level Master Planning (JTPs): Assist Water Supply and Sanitation Authorities (WSSAs) and Local Government Authorities (LGAs) to coordinate joint planning and investment decisions to improve access to water and sanitation; (2) Water Safety Planning (WSPs): Guide WSSAs to identify risks (in particular climate-change) affecting water quality and quantity and develop mitigation measures to address these risks via a participatory approach; (3) Water Allocation Planning (WAPs): Guide Basin Water Boards (BWBs) to make equitable allocations of water resources for different water users and the environment. Note - the CR-WSPs are not in the scope of this contract. The JTPs and CR-WSPs are among the key performance indicators for Water Supply and Sanitation Authorities (WSSAs) in Tanzania and the WAPs are among the key performance indicators for BWBs in Tanzania. The Ministry of Water has requested the Federal German Government through ProWaS to upscale the JTPs and CR-WSPs to more urban areas and WSSAs as well as create new WAPs in Tanzania. The contractor will on behalf of the ProWaS project create 3 JTPs, and 3 WAPs in accordance with the respective guidelines prepared by the Ministry of Water. This will require close coordination with the GIZ Project Team in Tanzania as well as National, Regional, and Local Tanzanian water authorities. The JTPs are defined by the municipality (i.e. town) in a particular region, while the WAPs are defined by the basin and the sub-catchment. A team of national and international experts shall be provided by the Contractor for this purpose.
Procedure identifier : 2664113b-1937-450d-b855-b9e632f8a613
Internal identifier : 81299085
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 ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 65111000 Drinking-water distribution

2.1.2 Place of performance

Town : Tansania
Country : Tanzania

2.1.4 General information

Additional information : Bekanntmachungs-ID: CXTRYY6Y19DE1872 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 : In accordance with §§ 123,124 GWB, § 22 LkSG
Terrorist offences or offences linked to terrorist activities : In accordance with §§ 123,124 GWB, § 22 LkSG
Money laundering or terrorist financing : In accordance with §§ 123,124 GWB, § 22 LkSG
Fraud : In accordance with §§ 123,124 GWB, § 22 LkSG
Corruption : In accordance with §§ 123,124 GWB, § 22 LkSG
Child labour and including other forms of trafficking in human beings : In accordance with §§ 123,124 GWB, § 22 LkSG
Breaching obligation relating to payment of taxes : In accordance with §§ 123,124 GWB, § 22 LkSG
Breaching obligation relating to payment of social security contributions : In accordance with §§ 123,124 GWB, § 22 LkSG
Breaching of obligations in the fields of environmental law : In accordance with §§ 123,124 GWB, § 22 LkSG
Breaching of obligations in the fields of social law : In accordance with §§ 123,124 GWB, § 22 LkSG
Breaching of obligations in the fields of labour law : In accordance with §§ 123,124 GWB, § 22 LkSG
Insolvency : In accordance with §§ 123,124 GWB, § 22 LkSG
Assets being administered by liquidator : In accordance with §§ 123,124 GWB, § 22 LkSG
Business activities are suspended : In accordance with §§ 123,124 GWB, § 22 LkSG
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : In accordance with §§ 123,124 GWB, § 22 LkSG
Grave professional misconduct : In accordance with §§ 123,124 GWB, § 22 LkSG
Agreements with other economic operators aimed at distorting competition : In accordance with §§ 123,124 GWB, § 22 LkSG
Conflict of interest due to its participation in the procurement procedure : In accordance with §§ 123,124 GWB, § 22 LkSG
Direct or indirect involvement in the preparation of this procurement procedure : In accordance with §§ 123,124 GWB, § 22 LkSG
Early termination, damages, or other comparable sanctions : In accordance with §§ 123,124 GWB, § 22 LkSG
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : In accordance with §§ 123,124 GWB, § 22 LkSG

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Development of relevant planning tools for water security and climate resilience in Urban Areas in Tanzania (Output 2 and Output 3 of ProWaS)
Description : GIZ has been commissioned to implement the project "Water Security and Climate Resilience for Urban Areas and their Catchments in Tanzania (ProWaS)" in Tanzania on behalf of the German Federal Ministry of Economic Cooperation and Development (BMZ). The Overall Objective of the project is the sustainable improvement of the population"s access to drinking water and sanitation services, as well as the management of water resources. GIZ"s political implementation partner is the Ministry of Water, and coordination subnational entities such as Basin Water Boards, Catchment Committees, Water Supply and Sanitation Authorities, and Local Government Authorities is also key to the project methodology. As part of the process to achieve universal access to water as envisioned in the Tanzania Development Vision 2025, water sector stakeholders, guided by the Ministry of Water, have introduced three instruments as part of the Water Sector Development Programme: (1) Joint Town-level Master Planning (JTPs): Assist Water Supply and Sanitation Authorities (WSSAs) and Local Government Authorities (LGAs) to coordinate joint planning and investment decisions to improve access to water and sanitation; (2) Water Safety Planning (WSPs): Guide WSSAs to identify risks (in particular climate-change) affecting water quality and quantity and develop mitigation measures to address these risks via a participatory approach; (3) Water Allocation Planning (WAPs): Guide Basin Water Boards (BWBs) to make equitable allocations of water resources for different water users and the environment. The JTPs and CR-WSPs are among the key performance indicators for Water Supply and Sanitation Authorities (WSSAs) in Tanzania and the WAPs are among the key performance indicators for BWBs in Tanzania. The Ministry of Water has requested the Federal German Government through ProWaS to upscale the JTPs and CR-WSPs to more urban areas and WSSAs as well as create new WAPs in Tanzania. The contractor will on behalf of the ProWaS project create 3 JTPs, and 3 WAPs in accordance with the respective guidelines prepared by the Ministry of Water. The CR-WSPs are not in the scope of this contract. This will require close coordination with the GIZ Project Team in Tanzania as well as National, Regional, and Local Tanzanian water authorities. The JTPs are defined by the municipality (i.e. town) in a particular region, while the WAPs are defined by the basin and the sub-catchment. A team of national and international experts shall be provided by the Contractor for this purpose. Through the completion of the three aforementioned Work Packages, the contractor is responsible for contributing to the Module Objective, Output 2, Output Indicator 2.2, and Output 3 and is responsible for achieving Module objective Indicator 3 and Output indicator 2.1 as described in this document. The Module Objective is, "The framework for improving water security in catchments of urban areas is adapted to the challenges of climate change." Output 2 is as follows: "Water and sanitation authorities, in collaboration with local consultants, have identified priority projects to improve access to climate-resilient water and sanitation services." It is accompanied by the following two indicators: Indicator 2.1: Fifteen JTPs have been drawn up by WSSA together with Local Government Authorities (base value of 5 JTPs exist, 7 others to be completed by project, three remaining to be completed by the contractor); Indicator 2.2 : In a survey, 16/30 stakeholders from Water Supply and Sanitation Authorities (WSSAs) and the MoW confirm the use of the gender-sensitive expert database in the development of JTPs, Water Safety Plans, and priority projects to improve access to climate-resilient water supply and sanitation services (16 positive responses). In addition, Module Objective Indicator 3 is as follows, "Water catchment authorities (3 total) have developed an evidence-based gender-sensitive Water Allocation Plan (WAP) in each selected sub-catchment (3 sub-catchments), based on current, climate-resilient hydrological data." Work Package 1 relates to Output 2 and the two corresponding indicators. Work Package 2 relates to Module Objective Indicator 3.
Internal identifier : 81299085

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 65111000 Drinking-water distribution
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 : Tansania
Country : Tanzania
Additional information :

5.1.3 Estimated duration

Duration : 12 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

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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:selbst#

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : siehe oben
Aim of strategic procurement : Fulfilment of social objectives
Description : siehe oben
Approach to reducing environmental impacts : The protection and restoration of biodiversity and ecosystems, Climate change adaptation, Climate change mitigation, The sustainable use and protection of water and marine resources
Social objective promoted : Ethnic equality, Gender equality, Human rights due diligence in global supply chains, Fair working conditions

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 5 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: 1. Technical experience (48%) - Water Allocation Planning in the context of a river catchment (surface water) - river basin management (12 of 48%) - Water Utility Organisational Management and Strategic Planning and Project Prioritization (12 of 48%) - Delivering trainings and facilitating workshops for national, regional, and local government employees as well as water users (12 of 48%) - Working at national and sub-national scales of water resources management, across basins and administrative boundaries (12 of 48%) 2. Regional experience (32%) 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 350,000.00 EUR. 2. At least 3 reference projects in the technical field Water Supply and Sanitation or Integrated Water Resources Management or Water Security and Climate Change and at least 3 reference projects in Africa in the above mentioned field 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: 750,000.00 EUR.
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 5 persons.
Criterion : References on specified services
Description : Assessment of technical eligibility / weighted criteria for the selection of candidates - Weighted criteria for the selection of candidates: 1. Technical experience (48%) 2. Regional experience (32%) 3. Experience of development projects (at least 50% ODA-financed) (20%)
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 : 25/09/2025 23:59 +02:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 27/10/2025
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 : 10/10/2025 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 : Die 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 : c.r.p. law. partnerschaft mbb
Telephone : +49 69 247 4828 00
Fax : +49 69 247 4828 99
Internet address : http://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 : Die Vergabekammern des Bundes
Registration number : T: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 : 12eb2190-18b7-4e48-87c3-dfeef687d1f4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 12:18 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00591132-2025
OJ S issue number : 173/2025
Publication date : 10/09/2025