<ContractNotice xmlns="urn:oasis:names:specification:ubl:schema:xsd:ContractNotice-2" xmlns:cac="urn:oasis:names:specification:ubl:schema:xsd:CommonAggregateComponents-2" xmlns:cbc="urn:oasis:names:specification:ubl:schema:xsd:CommonBasicComponents-2" xmlns:ccts-cct="urn:un:unece:uncefact:data:specification:CoreComponentTypeSchemaModule:2" xmlns:efac="http://data.europa.eu/p27/eforms-ubl-extension-aggregate-components/1" xmlns:efbc="http://data.europa.eu/p27/eforms-ubl-extension-basic-components/1" xmlns:efext="http://data.europa.eu/p27/eforms-ubl-extensions/1" xmlns:ext="urn:oasis:names:specification:ubl:schema:xsd:CommonExtensionComponents-2" xmlns:qdt="urn:oasis:names:specification:ubl:schema:xsd:QualifiedDataTypes-2" xmlns:udt="urn:oasis:names:specification:bdndr:schema:xsd:UnqualifiedDataTypes-1" xmlns:xsi="http://www.w3.org/2001/XMLSchema-instance">
	<ext:UBLExtensions>
		<ext:UBLExtension>
			<ext:ExtensionContent>
				<efext:EformsExtension>
					<efac:NoticeSubType>
						<cbc:SubTypeCode listName="notice-subtype">16</cbc:SubTypeCode>
					</efac:NoticeSubType>
					<efac:Organizations>
						<efac:Organization>
							<efac:Company>
								<cbc:WebsiteURI>https://www.giz.de</cbc:WebsiteURI>
								<cac:PartyIdentification>
									<cbc:ID>ORG-0001</cbc:ID>
								</cac:PartyIdentification>
								<cac:PartyName>
									<cbc:Name languageID="ENG">Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH</cbc:Name>
								</cac:PartyName>
								<cac:PostalAddress>
									<cbc:StreetName>Dag-Hammarskjöld-Weg 1 - 5</cbc:StreetName>
									<cbc:CityName>Eschborn</cbc:CityName>
									<cbc:PostalZone>65760</cbc:PostalZone>
									<cbc:CountrySubentityCode listName="nuts-lvl3">DE71A</cbc:CountrySubentityCode>
									<cac:Country>
										<cbc:IdentificationCode listName="country">DEU</cbc:IdentificationCode>
									</cac:Country>
								</cac:PostalAddress>
								<cac:PartyLegalEntity>
									<cbc:CompanyID>993-80072-52</cbc:CompanyID>
								</cac:PartyLegalEntity>
								<cac:Contact>
									<cbc:Telephone>+49 6196793681</cbc:Telephone>
									<cbc:Telefax>+49 6196791115</cbc:Telefax>
									<cbc:ElectronicMail>eva.theis@giz.de</cbc:ElectronicMail>
								</cac:Contact>
							</efac:Company>
						</efac:Organization>
						<efac:Organization>
							<efac:Company>
								<cbc:WebsiteURI>https://www.bundeskartellamt.de</cbc:WebsiteURI>
								<cac:PartyIdentification>
									<cbc:ID>ORG-0002</cbc:ID>
								</cac:PartyIdentification>
								<cac:PartyName>
									<cbc:Name languageID="ENG">Vergabekammern des Bundes</cbc:Name>
								</cac:PartyName>
								<cac:PostalAddress>
									<cbc:StreetName>Kaiser-Friedrich-Straße 16</cbc:StreetName>
									<cbc:CityName>Bonn</cbc:CityName>
									<cbc:PostalZone>53113</cbc:PostalZone>
									<cbc:CountrySubentityCode listName="nuts-lvl3">DEA22</cbc:CountrySubentityCode>
									<cac:Country>
										<cbc:IdentificationCode listName="country">DEU</cbc:IdentificationCode>
									</cac:Country>
								</cac:PostalAddress>
								<cac:PartyLegalEntity>
									<cbc:CompanyID>022894990</cbc:CompanyID>
								</cac:PartyLegalEntity>
								<cac:Contact>
									<cbc:Telephone>+49 2289499-0</cbc:Telephone>
									<cbc:Telefax>+49 2289499-163</cbc:Telefax>
									<cbc:ElectronicMail>vk@bundeskartellamt.bund.de</cbc:ElectronicMail>
								</cac:Contact>
							</efac:Company>
						</efac:Organization>
					</efac:Organizations>
				</efext:EformsExtension>
			</ext:ExtensionContent>
		</ext:UBLExtension>
	</ext:UBLExtensions>
	<cbc:UBLVersionID>2.3</cbc:UBLVersionID>
	<cbc:CustomizationID>eforms-de-2.1</cbc:CustomizationID>
	<cbc:ProfileID>eforms-sdk-1.13</cbc:ProfileID>
	<cbc:ID schemeName="notice-id">65c7bfd1-b0e5-47ed-afe7-7af54ab4c95e</cbc:ID>
	<cbc:ContractFolderID>8c322c63-2f2d-46c8-8fae-fc77b7cf3207</cbc:ContractFolderID>
	<cbc:IssueDate>2026-05-12+02:00</cbc:IssueDate>
	<cbc:IssueTime>08:51:04+02:00</cbc:IssueTime>
	<cbc:VersionID>01</cbc:VersionID>
	<cbc:RequestedPublicationDate>2026-05-12+02:00</cbc:RequestedPublicationDate>
	<cbc:RegulatoryDomain>32014L0024</cbc:RegulatoryDomain>
	<cbc:NoticeTypeCode listName="competition">cn-standard</cbc:NoticeTypeCode>
	<cbc:NoticeLanguageCode listID="eu-official-language">ENG</cbc:NoticeLanguageCode>
	<cac:ContractingParty>
		<cac:ContractingPartyType>
			<cbc:PartyTypeCode listName="buyer-legal-type">pub-undert-cga</cbc:PartyTypeCode>
		</cac:ContractingPartyType>
		<cac:ContractingActivity>
			<cbc:ActivityTypeCode listName="authority-activity">gen-pub</cbc:ActivityTypeCode>
		</cac:ContractingActivity>
		<cac:Party>
			<cac:PartyIdentification>
				<cbc:ID>ORG-0001</cbc:ID>
			</cac:PartyIdentification>
		</cac:Party>
	</cac:ContractingParty>
	<cac:TenderingTerms>
		<ext:UBLExtensions>
			<ext:UBLExtension>
				<ext:ExtensionContent>
					<efext:EformsExtension>
						<efac:StrategicProcurement>
							<efbc:ApplicableLegalBasis listName="cvd-scope">false</efbc:ApplicableLegalBasis>
						</efac:StrategicProcurement>
						<efac:StrategicProcurement>
							<efbc:ApplicableLegalBasis listName="eed-scope">false</efbc:ApplicableLegalBasis>
						</efac:StrategicProcurement>
					</efext:EformsExtension>
				</ext:ExtensionContent>
			</ext:UBLExtension>
		</ext:UBLExtensions>
		<cbc:FundingProgramCode listName="eu-funded">no-eu-funds</cbc:FundingProgramCode>
		<cac:RequiredFinancialGuarantee>
			<cbc:GuaranteeTypeCode listName="tender-guarantee-required">false</cbc:GuaranteeTypeCode>
		</cac:RequiredFinancialGuarantee>
		<cac:ProcurementLegislationDocumentReference>
			<cbc:ID>vgv</cbc:ID>
		</cac:ProcurementLegislationDocumentReference>
		<cac:CallForTendersDocumentReference>
			<ext:UBLExtensions>
				<ext:UBLExtension>
					<ext:ExtensionContent>
						<efext:EformsExtension>
							<efac:OfficialLanguages>
								<cac:Language>
									<cbc:ID>ENG</cbc:ID>
								</cac:Language>
							</efac:OfficialLanguages>
						</efext:EformsExtension>
					</ext:ExtensionContent>
				</ext:UBLExtension>
			</ext:UBLExtensions>
			<cbc:ID>SomeTenderDocID1</cbc:ID>
			<cbc:DocumentType>non-restricted-document</cbc:DocumentType>
		</cac:CallForTendersDocumentReference>
		<cac:TendererQualificationRequest>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">nati-ground</cbc:TendererRequirementTypeCode>
				<cbc:Description languageID="ENG">In accordance with §§ 123,124 GWB, § 22 LkSG</cbc:Description>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">crime-org</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">terr-offence</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">finan-laund</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">fraud</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">corruption</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">human-traffic</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">tax-pay</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">socsec-pay</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">envir-law</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">socsec-law</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">labour-law</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">insolvency</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">liq-admin</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">susp-act</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">bankr-nat</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">prof-misconduct</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">distorsion</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">partic-confl</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">prep-confl</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">sanction</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-ground">misrepresent</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
		</cac:TendererQualificationRequest>
		<cac:TendererQualificationRequest>
			<cac:SpecificTendererRequirement>
				<cbc:TendererRequirementTypeCode listName="exclusion-grounds-source">epo-notice</cbc:TendererRequirementTypeCode>
			</cac:SpecificTendererRequirement>
		</cac:TendererQualificationRequest>
		<cac:TenderRecipientParty>
			<cac:PartyIdentification>
				<cbc:ID>ORG-0001</cbc:ID>
			</cac:PartyIdentification>
		</cac:TenderRecipientParty>
		<cac:AppealTerms>
			<cac:PresentationPeriod>
				<cbc:Description languageID="ENG">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.</cbc:Description>
			</cac:PresentationPeriod>
			<cac:AppealReceiverParty>
				<cac:PartyIdentification>
					<cbc:ID schemeName="organization">ORG-0002</cbc:ID>
				</cac:PartyIdentification>
			</cac:AppealReceiverParty>
		</cac:AppealTerms>
		<cac:Language>
			<cbc:ID>ENG</cbc:ID>
		</cac:Language>
	</cac:TenderingTerms>
	<cac:TenderingProcess>
		<cbc:ProcedureCode listName="procurement-procedure-type">neg-w-call</cbc:ProcedureCode>
		<cbc:AccessToolsURI>https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YTVYMKTWB</cbc:AccessToolsURI>
		<cac:ProcessJustification>
			<cbc:ProcessReasonCode listName="accelerated-procedure">false</cbc:ProcessReasonCode>
		</cac:ProcessJustification>
		<cac:AuctionTerms>
			<cbc:AuctionConstraintIndicator>false</cbc:AuctionConstraintIndicator>
		</cac:AuctionTerms>
	</cac:TenderingProcess>
	<cac:ProcurementProject>
		<cbc:ID schemeName="internalID">10003421</cbc:ID>
		<cbc:Name languageID="ENG">10003421-Early-stage infrastructure project preparation via the AUDA-NEPAD Service Delivery Mechanism</cbc:Name>
		<cbc:Description languageID="ENG">To continue GIZ"s support to the African Union Development Agency"s (AUDA-NEPAD) Programme for Infrastructure Development in Africa (PIDA) on implementation of regional infrastructure. GIZ, through two the Federal Ministry for Economic Cooperation and Development"s (BMZ) funded programmes, the Integrated Corridors for Economic Growth in Africa (Africa InCORE) and Accelerating the Energy Transition in Africa (ENGAGE) aims to support AUDA-NEPAD in its implementation of the agency"s Service Delivery Mechanism (SDM). The SDM is a strategic platform designed to accelerate the preparation and implementation of infrastructure projects across Africa. Focused on early-stage infrastructure projects, the principal aim of this is to, through the SDM, support projects" progression to full feasibility studies.
Africa InCORE"s principal objective is to support the Africa Union to ensure that the development of integrated infrastructure corridors is better aligned with regional integration, green economic growth and intra-African trade. To this end, in an expansion of the corridor-based intervention piloted in the Central Corridor, North-South Corridor was selected as a second corridor to receive project preparation support. For this, AUDA-NEPAD"s SDM will be made available to support infrastructure and/or industrialisation projects derived from the lists presented by the institutions responsible for the two selected corridors. Thus, the "Client" for these infrastructure and/or industrialisation projects is AUDA-NEPAD, the Central Corridor Transit Transport Facilitation Agency (CCTTFA), the Southern African Development Agency (SADC) for North-South Corridor, GIZ, and their various Member States or some combination of these as is relevant for each project.
The ENGAGE programme is carried out as part of an integrated approach together with the global programme Global Energy Transition Program (GET.pro) and Africa InCORE. The aim of ENGAGE is to accelerate Africa"s renewable energy transition by supporting the implementation the Continental Power Systems Master Plan (CMP) and the African Single Electricity Market (AfSEM). This is achieved, in part, through early-stage (variable) renewable and transmission energy project preparation by the SDM. This project preparation approach seeks to bring together realisation of the CMP and application of the AU"s integrated corridor approach"s principles. To this end, the early-stage infrastructure projects supported by ENGAGE focuses on projects with an impact on the Central Corridor and North-South-Corridor Member States.</cbc:Description>
		<cbc:ProcurementTypeCode listName="contract-nature">services</cbc:ProcurementTypeCode>
		<cbc:Note languageID="ENG">#Bekanntmachungs-ID: CXTRYY6YTVYMKTWB#


All communication takes place  in English via communication tool in the project area of the procurement portal.</cbc:Note>
		<cac:MainCommodityClassification>
			<cbc:ItemClassificationCode listName="cpv">75211200</cbc:ItemClassificationCode>
		</cac:MainCommodityClassification>
		<cac:AdditionalCommodityClassification>
			<cbc:ItemClassificationCode listName="cpv">79411100</cbc:ItemClassificationCode>
		</cac:AdditionalCommodityClassification>
		<cac:RealizedLocation>
			<cbc:Description languageID="ENG">as indicated in the Terms of reference</cbc:Description>
			<cac:Address>
				<cbc:Region>anyw</cbc:Region>
			</cac:Address>
		</cac:RealizedLocation>
	</cac:ProcurementProject>
	<cac:ProcurementProjectLot>
		<cbc:ID schemeName="Lot">LOT-0001</cbc:ID>
		<cac:TenderingTerms>
			<ext:UBLExtensions>
				<ext:UBLExtension>
					<ext:ExtensionContent>
						<efext:EformsExtension>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-stand-other</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">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)</cbc:Description>
								<efbc:SecondStageIndicator>false</efbc:SecondStageIndicator>
							</efac:SelectionCriteria>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-stand-other</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">EN-A2: Conditions for the reduction of candidates (Mit dem Teilnahmeantrag; Mittels Eigenerklärung): If we receive more than 4 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 4 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 (50%)
 1.1 Pre-feasibility/feasibility studies for renewable energy generation and/or transmission Projects (10%)
 1.2 Pre-feasibility/feasibility studies for regional transportation Projects (10%)
 1.3 Pre-feasibility/feasibility studies for industrial projects/infrastructure (10%)
 1.4 Infrastructure/industrial project financing (10%)
 1.5 Environmental and social impact assessments or legal/regulatory assessments for infrastructure/industrial project development (10%)


2. Regional experience in Africa (30%)

3. Experience of development projects (at least 50% ODA-financed) (20%)</cbc:Description>
								<efbc:SecondStageIndicator>false</efbc:SecondStageIndicator>
							</efac:SelectionCriteria>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-abil-ref-services</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">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 (net).

2. At least 5 reference projects in the technical field(s):
infrastructure project preparation and/or pre-feasibility (includes market assessment, financial modelling, engineering studies and design, environment impact assessment, legal &amp; regulatory assessment)

and of which at least 3 reference projects in Africa

all of which in the last 36 months</cbc:Description>
								<efbc:SecondStageIndicator>false</efbc:SecondStageIndicator>
							</efac:SelectionCriteria>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-stand-to-avg</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">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: 2.4 million EUR (net).</cbc:Description>
								<efbc:SecondStageIndicator>false</efbc:SecondStageIndicator>
							</efac:SelectionCriteria>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-stand-other</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">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 50 persons.</cbc:Description>
								<efbc:SecondStageIndicator>false</efbc:SecondStageIndicator>
							</efac:SelectionCriteria>
							<efac:SelectionCriteria>
								<cbc:TendererRequirementTypeCode listName="selection-criterion">slc-abil-ref-services</cbc:TendererRequirementTypeCode>
								<cbc:Description languageID="ENG">Assessment of technical eligibility / weighted criteria for the selection of candidates - Weighted criteria for the selection of candidates:

1. Technical experience (50%)
 1.1 Pre-feasibility/feasibility studies for renewable energy generation and/or transmission Projects (10%)
 1.2 Pre-feasibility/feasibility studies for regional transportation Projects (10%)
 1.3 Pre-feasibility/feasibility studies for industrial projects/infrastructure (10%)
 1.4 Infrastructure/industrial project financing (10%)
 1.5 Environmental and social impact assessments or legal/regulatory assessments for infrastructure/industrial project development (10%)

2. Regional experience in Africa (30%)

3. Experience of development projects (at least 50% ODA-financed) (20%)</cbc:Description>
								<efbc:SecondStageIndicator>true</efbc:SecondStageIndicator>
								<efac:CriterionParameter>
									<efbc:ParameterCode listName="number-weight">per-exa</efbc:ParameterCode>
									<efbc:ParameterNumeric>100.00</efbc:ParameterNumeric>
								</efac:CriterionParameter>
							</efac:SelectionCriteria>
							<efac:StrategicProcurement>
								<efbc:ApplicableLegalBasis listName="cvd-scope">false</efbc:ApplicableLegalBasis>
							</efac:StrategicProcurement>
							<efac:StrategicProcurement>
								<efbc:ApplicableLegalBasis listName="eed-scope">false</efbc:ApplicableLegalBasis>
							</efac:StrategicProcurement>
						</efext:EformsExtension>
					</ext:ExtensionContent>
				</ext:UBLExtension>
			</ext:UBLExtensions>
			<cbc:VariantConstraintCode listName="permission">not-allowed</cbc:VariantConstraintCode>
			<cbc:FundingProgramCode listName="eu-funded">no-eu-funds</cbc:FundingProgramCode>
			<cbc:RequiredCurriculaCode listName="requirement-stage">not-requ</cbc:RequiredCurriculaCode>
			<cbc:MultipleTendersCode listName="permission">not-allowed</cbc:MultipleTendersCode>
			<cac:RequiredFinancialGuarantee>
				<cbc:GuaranteeTypeCode listName="tender-guarantee-required">false</cbc:GuaranteeTypeCode>
			</cac:RequiredFinancialGuarantee>
			<cac:CallForTendersDocumentReference>
				<ext:UBLExtensions>
					<ext:UBLExtension>
						<ext:ExtensionContent>
							<efext:EformsExtension>
								<efac:OfficialLanguages>
									<cac:Language>
										<cbc:ID>ENG</cbc:ID>
									</cac:Language>
								</efac:OfficialLanguages>
							</efext:EformsExtension>
						</ext:ExtensionContent>
					</ext:UBLExtension>
				</ext:UBLExtensions>
				<cbc:ID>SomeTenderDocID1</cbc:ID>
				<cbc:DocumentType>non-restricted-document</cbc:DocumentType>
				<cac:Attachment>
					<cac:ExternalReference>
						<cbc:URI>https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YTVYMKTWB/documents</cbc:URI>
					</cac:ExternalReference>
				</cac:Attachment>
			</cac:CallForTendersDocumentReference>
			<cac:TendererQualificationRequest>
				<cbc:CompanyLegalFormCode listName="required">false</cbc:CompanyLegalFormCode>
			</cac:TendererQualificationRequest>
			<cac:TendererQualificationRequest>
				<cac:SpecificTendererRequirement>
					<cbc:TendererRequirementTypeCode listName="missing-info-submission">late-some</cbc:TendererRequirementTypeCode>
					<cbc:Description languageID="ENG">GIZ asks the applicant or bidder to submit, complete or correct documents, within the framework laid down by law.</cbc:Description>
				</cac:SpecificTendererRequirement>
			</cac:TendererQualificationRequest>
			<cac:TendererQualificationRequest>
				<cac:SpecificTendererRequirement>
					<cbc:TendererRequirementTypeCode listName="reserved-procurement">none</cbc:TendererRequirementTypeCode>
				</cac:SpecificTendererRequirement>
			</cac:TendererQualificationRequest>
			<cac:TendererQualificationRequest>
				<cac:SpecificTendererRequirement>
					<cbc:TendererRequirementTypeCode listName="selection-criteria-source">epo-notice</cbc:TendererRequirementTypeCode>
				</cac:SpecificTendererRequirement>
			</cac:TendererQualificationRequest>
			<cac:ContractExecutionRequirement>
				<cbc:ExecutionRequirementCode listName="reserved-execution">no</cbc:ExecutionRequirementCode>
			</cac:ContractExecutionRequirement>
			<cac:ContractExecutionRequirement>
				<cbc:ExecutionRequirementCode listName="ecatalog-submission">not-allowed</cbc:ExecutionRequirementCode>
			</cac:ContractExecutionRequirement>
			<cac:ContractExecutionRequirement>
				<cbc:ExecutionRequirementCode listName="einvoicing">required</cbc:ExecutionRequirementCode>
			</cac:ContractExecutionRequirement>
			<cac:ContractExecutionRequirement>
				<cbc:ExecutionRequirementCode listName="conditions">performance</cbc:ExecutionRequirementCode>
				<cbc:Description languageID="ENG">The execution conditions result from the information given in the contract notice and the tender documents.</cbc:Description>
			</cac:ContractExecutionRequirement>
			<cac:ContractExecutionRequirement>
				<cbc:ExecutionRequirementCode listName="fsr">false</cbc:ExecutionRequirementCode>
			</cac:ContractExecutionRequirement>
			<cac:AwardingTerms>
				<cbc:NoFurtherNegotiationIndicator>true</cbc:NoFurtherNegotiationIndicator>
				<cac:AwardingCriterion>
					<cac:SubordinateAwardingCriterion>
						<ext:UBLExtensions>
							<ext:UBLExtension>
								<ext:ExtensionContent>
									<efext:EformsExtension>
										<efac:AwardCriterionParameter>
											<efbc:ParameterCode listName="number-weight">poi-exa</efbc:ParameterCode>
											<efbc:ParameterNumeric>30.00</efbc:ParameterNumeric>
										</efac:AwardCriterionParameter>
									</efext:EformsExtension>
								</ext:ExtensionContent>
							</ext:UBLExtension>
						</ext:UBLExtensions>
						<cbc:AwardingCriterionTypeCode listName="award-criterion-type">price</cbc:AwardingCriterionTypeCode>
						<cbc:Name languageID="ENG">Preis</cbc:Name>
						<cbc:Description languageID="ENG">Price criteria for "Bestangebots-Quotienten-Methode"</cbc:Description>
					</cac:SubordinateAwardingCriterion>
					<cac:SubordinateAwardingCriterion>
						<ext:UBLExtensions>
							<ext:UBLExtension>
								<ext:ExtensionContent>
									<efext:EformsExtension>
										<efac:AwardCriterionParameter>
											<efbc:ParameterCode listName="number-weight">poi-exa</efbc:ParameterCode>
											<efbc:ParameterNumeric>70.0000</efbc:ParameterNumeric>
										</efac:AwardCriterionParameter>
									</efext:EformsExtension>
								</ext:ExtensionContent>
							</ext:UBLExtension>
						</ext:UBLExtensions>
						<cbc:AwardingCriterionTypeCode listName="award-criterion-type">quality</cbc:AwardingCriterionTypeCode>
						<cbc:Name languageID="ENG">Erreichte Gesamtpunktzahl nach fachlicher Wertung (inkl. Mindbed.)</cbc:Name>
						<cbc:Description languageID="ENG">Zur Ermittlung des wirtschaftlichsten Bieters wird hier von der Vergabestelle die erreichte Gesamtpunktzahl nach fachlicher Wertung eingetragen. Es werden nur Angebote mit einer fachlichen Bewertung von mindestens 500 Punkten gewertet. Fachliche Angebote mit weniger Punkten scheiden als fachlich ungeeignet aus.</cbc:Description>
					</cac:SubordinateAwardingCriterion>
					<cac:SubordinateAwardingCriterion>
						<ext:UBLExtensions>
							<ext:UBLExtension>
								<ext:ExtensionContent>
									<efext:EformsExtension>
										<efac:AwardCriterionParameter>
											<efbc:ParameterCode listName="number-threshold">min-score</efbc:ParameterCode>
											<efbc:ParameterNumeric>500.00000000</efbc:ParameterNumeric>
										</efac:AwardCriterionParameter>
									</efext:EformsExtension>
								</ext:ExtensionContent>
							</ext:UBLExtension>
						</ext:UBLExtensions>
						<cbc:AwardingCriterionTypeCode listName="award-criterion-type">quality</cbc:AwardingCriterionTypeCode>
						<cbc:Name languageID="ENG">Erreichte Gesamtpunktzahl nach fachlicher Wertung (inkl. Mindbed.)</cbc:Name>
						<cbc:Description languageID="ENG">Zur Ermittlung des wirtschaftlichsten Bieters wird hier von der Vergabestelle die erreichte Gesamtpunktzahl nach fachlicher Wertung eingetragen. Es werden nur Angebote mit einer fachlichen Bewertung von mindestens 500 Punkten gewertet. Fachliche Angebote mit weniger Punkten scheiden als fachlich ungeeignet aus.</cbc:Description>
					</cac:SubordinateAwardingCriterion>
				</cac:AwardingCriterion>
			</cac:AwardingTerms>
			<cac:AdditionalInformationParty>
				<cac:PartyIdentification>
					<cbc:ID>ORG-0001</cbc:ID>
				</cac:PartyIdentification>
			</cac:AdditionalInformationParty>
			<cac:TenderRecipientParty>
				<cbc:EndpointID>https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YTVYMKTWB</cbc:EndpointID>
				<cac:PartyIdentification>
					<cbc:ID>ORG-0001</cbc:ID>
				</cac:PartyIdentification>
			</cac:TenderRecipientParty>
			<cac:AppealTerms>
				<cac:PresentationPeriod>
					<cbc:Description languageID="ENG">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.</cbc:Description>
				</cac:PresentationPeriod>
				<cac:AppealReceiverParty>
					<cac:PartyIdentification>
						<cbc:ID schemeName="organization">ORG-0002</cbc:ID>
					</cac:PartyIdentification>
				</cac:AppealReceiverParty>
			</cac:AppealTerms>
			<cac:Language>
				<cbc:ID>ENG</cbc:ID>
			</cac:Language>
			<cac:PostAwardProcess>
				<cbc:ElectronicOrderUsageIndicator>true</cbc:ElectronicOrderUsageIndicator>
				<cbc:ElectronicPaymentUsageIndicator>true</cbc:ElectronicPaymentUsageIndicator>
			</cac:PostAwardProcess>
			<cac:SecurityClearanceTerm>
				<cbc:Code listName="required">false</cbc:Code>
			</cac:SecurityClearanceTerm>
		</cac:TenderingTerms>
		<cac:TenderingProcess>
			<cbc:SubmissionMethodCode listName="esubmission">required</cbc:SubmissionMethodCode>
			<cbc:CandidateReductionConstraintIndicator>true</cbc:CandidateReductionConstraintIndicator>
			<cbc:GovernmentAgreementConstraintIndicator>true</cbc:GovernmentAgreementConstraintIndicator>
			<cbc:AccessToolsURI>https://ausschreibungen.giz.de/Satellite/notice/CXTRYY6YTVYMKTWB</cbc:AccessToolsURI>
			<cac:InvitationSubmissionPeriod>
				<cbc:StartDate>2026-06-30+02:00</cbc:StartDate>
			</cac:InvitationSubmissionPeriod>
			<cac:ParticipationRequestReceptionPeriod>
				<cbc:EndDate>2026-06-15+02:00</cbc:EndDate>
				<cbc:EndTime>12:00:00+02:00</cbc:EndTime>
			</cac:ParticipationRequestReceptionPeriod>
			<cac:AdditionalInformationRequestPeriod>
				<cbc:EndDate>2026-06-03+02:00</cbc:EndDate>
				<cbc:EndTime>23:59:59+02:00</cbc:EndTime>
			</cac:AdditionalInformationRequestPeriod>
			<cac:EconomicOperatorShortList>
				<cbc:LimitationDescription>true</cbc:LimitationDescription>
				<cbc:MaximumQuantity>5</cbc:MaximumQuantity>
				<cbc:MinimumQuantity>3</cbc:MinimumQuantity>
			</cac:EconomicOperatorShortList>
			<cac:AuctionTerms>
				<cbc:AuctionConstraintIndicator>false</cbc:AuctionConstraintIndicator>
			</cac:AuctionTerms>
			<cac:ContractingSystem>
				<cbc:ContractingSystemTypeCode listName="framework-agreement">none</cbc:ContractingSystemTypeCode>
			</cac:ContractingSystem>
			<cac:ContractingSystem>
				<cbc:ContractingSystemTypeCode listName="dps-usage">none</cbc:ContractingSystemTypeCode>
			</cac:ContractingSystem>
		</cac:TenderingProcess>
		<cac:ProcurementProject>
			<cbc:ID schemeName="internalID">10003421</cbc:ID>
			<cbc:Name languageID="ENG">10003421-Early-stage infrastructure project preparation via the AUDA-NEPAD Service Delivery Mechanism</cbc:Name>
			<cbc:Description languageID="ENG">Description of the scope of works

Targeted technical advisory shall be provided, particularly in the upstream phases of infrastructure project development. This includes the design and deployment of tailored sectoral infrastructure packages that address project-specific needs in close collaboration with the responsible AUDA-NEPAD and GIZ technical teams.
Infrastructure project preparation 
To be provided is early-stage project technical advisory to advance selected energy and non-energy projects with the aim of readying projects for full feasibility studies. For energy, the focus is on sustainable energy projects including (variable) renewable energy and transmission. For other sectors, the focus sub-sectors for these projects are ICT, industrialisation (e.g., industrial parks), transboundary water and/or transportation projects as selected by institutions responsible for regional corridor management (in the Central Corridor and North-South Corridor).

Tasks include:

- Conduct rapid assessments and document review, prepare project profile, readiness diagnostics and confirm that the projects are at a stage for further TA.
- Define tailored SDM support packages for each project.
- Develop SDM deployment workplans with milestones and roles.
- Review enabling policy and regulatory frameworks
- Conduct pre-feasibility assessments (technical, land, permitting, market review, commercial viability, financial modelling, etc.)
- Supporting engagement with national institutions, regional economic communities (RECs), power pools, and utilities
- Identify gaps in projects and propose early-stage interventions.
- Undertaking technical studies, as required, e.g., technology selection assessment, grid integration and evacuation concept, preliminary energy yield and deliverability, constructability and CAPEX, and early permitting and land status.
- Identify potential institutions that have an interest in the project(s) and align project preparation efforts with their requirements. These institutions should primarily be African or European actors

To enhance the effectiveness, efficiency, and credibility of the SDM mechanism in advancing energy projects, an SDM-level review of the applicable processes will be conducted, for energy projects. Based on a sample of energy projects, the review includes:

- Review the SDM energy project portfolio by development stage, technology types, geography, and SOPs
- Assess project progression rates
- Identify common points of delay, redesign, or attrition.
- Assess alignment of SDM outputs with: DFI requirement, investor expectations, and regional and continental energy priorities.
- Identify gaps affecting investor confidence and bankability:
- Collate proposed updates/refinements to the SDM SOPs as proposed by these actors for implementation by AUDA-NEPAD.

Market sounding and financing sector engagements 
Structured, targeted engagements between project sponsors and financing institutions - multilateral, bilateral, commercial, and development finance actors - shall be facilitated to improve alignment between early-stage project design and funder expectations, and to accelerate project bankability under AUDA-NEPAD"s SDM framework. 

Tasks include:

- Developing a structured marketing sounding framework tailored to the AUDA-NEPAD SDM.
- Segmenting financiers by mandate, geographic focus, and risk appetite.
- Preparing targeted outreach lists and engagement protocols.
- Organising structured market sounding sessions/ "deal rooms" (virtual or in-person).
- Facilitating thematic panels, bilateral exchanges, and matchmaking sessions.
- Coordinate a market sounding event to be held in Europe, working closely with the Africa-EU Energy Partnership (AEEP), AUDA-NEPAD and/or GIZ, as relevant.
- Support project sponsors in preparing funder-aligned pitch decks.
- Develop feedback templates to capture funder insights on project readiness, gaps, and interest.
- Coordinate post-event follow-ups with interested financiers.
- Develop guidance notes and toolkits for future SDM engagements.

Capacity development 
Capacity development support on technical advisory for infrastructure projects is to be provided. Capacity development is targeted at technical advisors of AUDA-NEPAD, and CCTTFA/ SADC/ Member State representatives responsible for corridors development. 
Tasks include:
- Conduct technical needs assessment and propose capacity building interventions for technical advisors and/or projects owners
- Plan and conduct 2x capacity building measures (e.g. trainings, workshops) with the relevant Client and/or Member States. 
- Establish shadowing between AUDA-NEPAD"s SDM team and contractor"s STE for TA coaching and guidance
- Formulate lessons learnt, best practices and principles throughout SDM ESP TA as a basis for strategic decision making and policy making by the Client. 
- Ad-hoc advisory on a variety of topics related to the project development as requested by the Client. 
- Contribute to the harmonisation of SDM process and guidelines. 
- Developing and delivering toolkits, guidelines, training materials and formats to encourage knowledge transfer 
- Supporting the digitalisation of the updated SOPs and their integration into the newly developed digital SDM platform. (The digital platform development is not a task but input will be required.)</cbc:Description>
			<cbc:ProcurementTypeCode listName="contract-nature">services</cbc:ProcurementTypeCode>
			<cbc:Note languageID="ENG">#Besonders auch geeignet für:other-sme#</cbc:Note>
			<cbc:SMESuitableIndicator>true</cbc:SMESuitableIndicator>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="strategic-procurement">env-imp</cbc:ProcurementTypeCode>
				<cbc:ProcurementType languageID="ENG">cf. tender documents</cbc:ProcurementType>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="environmental-impact">circ-econ</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="environmental-impact">clim-mitig</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="environmental-impact">pollu-prev</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="strategic-procurement">soc-obj</cbc:ProcurementTypeCode>
				<cbc:ProcurementType languageID="ENG">cf. tender documents</cbc:ProcurementType>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="social-objective">gen-eq</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="social-objective">hum-right</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="social-objective">work-cond</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:ProcurementAdditionalType>
				<cbc:ProcurementTypeCode listName="social-objective">iao-core</cbc:ProcurementTypeCode>
			</cac:ProcurementAdditionalType>
			<cac:MainCommodityClassification>
				<cbc:ItemClassificationCode listName="cpv">75211200</cbc:ItemClassificationCode>
			</cac:MainCommodityClassification>
			<cac:AdditionalCommodityClassification>
				<cbc:ItemClassificationCode listName="cpv">79411100</cbc:ItemClassificationCode>
			</cac:AdditionalCommodityClassification>
			<cac:RealizedLocation>
				<cbc:Description languageID="ENG">as indicated in the Terms of reference</cbc:Description>
				<cac:Address>
					<cbc:Region>anyw</cbc:Region>
				</cac:Address>
			</cac:RealizedLocation>
			<cac:PlannedPeriod>
				<cbc:DurationMeasure unitCode="MONTH">35</cbc:DurationMeasure>
			</cac:PlannedPeriod>
			<cac:ContractExtension>
				<cbc:OptionsDescription languageID="ENG">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.</cbc:OptionsDescription>
				<cbc:MaximumNumberNumeric>2</cbc:MaximumNumberNumeric>
				<cac:Renewal>
					<cac:Period>
						<cbc:Description languageID="ENG">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.</cbc:Description>
					</cac:Period>
				</cac:Renewal>
			</cac:ContractExtension>
		</cac:ProcurementProject>
	</cac:ProcurementProjectLot>
</ContractNotice>