<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">8ef15595-323e-4cfa-89a5-8ae62133609f</cbc:ID>
	<cbc:ContractFolderID>4a155bcb-5104-4978-af40-2b9ecb3c899e</cbc:ContractFolderID>
	<cbc:IssueDate>2026-05-06+02:00</cbc:IssueDate>
	<cbc:IssueTime>12:31:36+02:00</cbc:IssueTime>
	<cbc:VersionID>01</cbc:VersionID>
	<cbc:RequestedPublicationDate>2026-05-06+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/CXTRYY6YT8S5YJNT</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">10001912</cbc:ID>
		<cbc:Name languageID="ENG">10001912-Support in occupational standards/curricula modernisation in   industrial &amp; environmental safety &amp; SE; ToTs and piloting</cbc:Name>
		<cbc:Description languageID="ENG">Since the 1990s, Bangladesh has made steady development progress and aims to achieve middle-income status by 2031 and become an industrialised nation by 2041. However, economic growth has not sufficiently translated into formal employment, particularly for youth and women. In 2024, frustration over limited job prospects culminated in mass protests, triggering political upheaval. Women's participation in the formal sector remains low at 4.6% (compared to 17.7% for men), and gender pay gaps persist. 
Many workers face unsafe conditions. Meanwhile, international compliance demands, particularly from the EU, are rising. Regulations such as the Carbon Adjustment Mechanism (CBAM) and the Corporate Sustainability Due Diligence Directive (CSDDD) require robust risk management and adherence to human rights and environmental standards. For Bangladesh to remain competitive and access high-value markets, the country must improve industrial and environmental safety and build related expertise. 
The core problem is that the Technical and Vocational Education and Training (TVET) sector in Bangladesh is not sufficiently equipped to meet the growing demand for skilled workers in the field of industrial and environmental safety.
At the same time, rapid economic growth in Bangladesh, has increased demand for affordable electricity. Renewable Energy (RE) is intended to play a central role in future energy generation. While RE accounts for about 5% of installed capacity, it contributes less than 2% to actual electricity generation. The national target is 40% RE in the energy mix by 2041. However, the TVET system is not adequately prepared for this transformation. A significant increase in skilled labour is required, including professionals for planning, installation, operation, and maintenance of RE technologies, as well as for energy efficiency and management.
Despite recent reforms, many TVET programmes remain outdated and overly theory-oriented. In addition, there is a shortage of qualified trainers with relevant practical experience and cooperation mechanisms between TVET institutions and companies are insufficiently developed.

In this context, GIZ Project "Professional Education in Industrial and Environmental Safety" (PRECISE) focuses at supporting of practice- and demand-oriented TVET in the field of industrial and environmental safety that are closely aligned with EU sustainability requirements. The "Vocational Training in the Field of Renewable Energy" (TVET4RE) project, for its part, supports the alignment of Bangladesh"s TVET system with the emerging labour-market demand in the sustainable energy sector. 

PRECISE is structured into 3 outputs: 
1) Steering capacities for better cooperation between TVET institutions and industry 
2) Capacity Development for the implementation of cooperative TVET programmes in industrial and environmental safety 
3) Transition to practical vocational training/employment for girls/women 

TVET4RE has 4 outputs:
1) Improved information base on supply and demand in TVET
2) Capacity development for TVET stakeholders
3) Improved secondary/higher secondary TVET
4) Improved diploma programmes

The joint tender procedure ensures that both projects support the political partner, the Ministry of Education (MoE), in a consistent and coordinated manner, combining elements of PRECISE and TVET4RE:
- The adaptation and development of occupational/competency standards and curricula with regard to industrial and environmental safety, as well as sustainable energy
- Training of teaching and management staff
- Development of teaching and learning materials
- Establishment of structured cooperation mechanisms between piloting TVET institutions and companies 
- Support of implementation of revised programmes and courses at the piloting training institutions (Polytechnic Institutes and Vocational Schools)</cbc:Description>
		<cbc:ProcurementTypeCode listName="contract-nature">services</cbc:ProcurementTypeCode>
		<cbc:Note languageID="ENG">#Bekanntmachungs-ID: CXTRYY6YT8S5YJNT#


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">80400000</cbc:ItemClassificationCode>
		</cac:AdditionalCommodityClassification>
		<cac:RealizedLocation>
			<cac:Address>
				<cbc:CityName>Dhaka</cbc:CityName>
				<cac:Country>
					<cbc:IdentificationCode listName="country">BGD</cbc:IdentificationCode>
				</cac:Country>
			</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 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 (55%)
1.1 Development and revision of occupational standards and TVET curricula in cooperation with the private sector (15%)
1.2. Development of teaching and learning materials (10%)
1.3. Technical and pedagogical training that are gender-sentitive and target TVET teachers and in-company trainers (15%)
1.4. Establisment of co-operation mechanisms with the private sector for practive-oriented TVET (15%)

2. Regional experience in Bangladesh (25%)

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 800,000 EUR (net, in words: eight hundred thousand euro).

2. At least 5 references in the following technical fields:
2 reference projects in the technical field: TVET (general),
2 reference projects in the technical field: Practice- and demand-oriented formal TVET with close private sector cooperation, 
1 reference project in the technical field: Green TVET;

of which at least 2 reference projects in the region of Southern Asia
 
and all of whichin 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: 2.8 million EUR (net, in words: two point eight million euro).</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 6 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 (55%)
1.1 Development and revision of occupational standards and TVET curricula in coopertion with the private sector (15%)
1.2 Development of teaching and learning materials (10%)
1.3 Technical and pedagogical training that are gender-sentitive and target TVET teachers and in-company trainers (15%)
1.4 Establisment of co-operation mechanisms with the private sector for practive-oriented TVET (15%)

2. Regional experience in Bangladesh (255)

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/CXTRYY6YT8S5YJNT/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/CXTRYY6YT8S5YJNT</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/CXTRYY6YT8S5YJNT</cbc:AccessToolsURI>
			<cac:InvitationSubmissionPeriod>
				<cbc:StartDate>2026-06-25+02:00</cbc:StartDate>
			</cac:InvitationSubmissionPeriod>
			<cac:ParticipationRequestReceptionPeriod>
				<cbc:EndDate>2026-06-08+02:00</cbc:EndDate>
				<cbc:EndTime>12:00:00+02:00</cbc:EndTime>
			</cac:ParticipationRequestReceptionPeriod>
			<cac:AdditionalInformationRequestPeriod>
				<cbc:EndDate>2026-05-26+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">10001912</cbc:ID>
			<cbc:Name languageID="ENG">10001912-Support in occupational standards/curricula modernisation in   industrial &amp; environmental safety &amp; SE; ToTs and piloting</cbc:Name>
			<cbc:Description languageID="ENG">The services to be provided contribute to the overall objectives of the projects
- PRECISE: The TVET sector in Bangladesh offers practice-oriented, demand-based initial and continuing vocational education and training in the field of industrial and environmental safety, in line with EU sustainability requirements, and
- TVET4RE: The Bangladeshi TVET system is more strongly geared towards the needs of the emerging labour market in the sustainable energy sector.

The contractor is responsible for achieving the expected results of Output 2 of the PRECISE and Outputs 3 and 4 of the TVET4RE.

Output 2 of PRECISE aims to build capacities in selected TVET institutions and companies to implement demand-based, cooperative TVET courses in the fields of industrial and environmental health and safety. This objective is based on the results hypothesis supported by various studies that cooperative TVET designed in close consultation with companies significantly increases both demand and practice orientation and the quality of training courses. Another hypothesis is that 1) the development and application of curricula that link school-based and in-company training phases in a didactically appropriate manner, and 2) suitably qualified managers and teachers at TVET schools and in-company trainers in partner companies, and a clear distribution of roles within formalised partnerships between TVET schools and their partner companies are prerequisites for increasing the quality and relevance of the supported TVET courses . 
To be achieved by the contractor: 8 demand-oriented training and continuing training offers in the field of industrial and environmental safety are available for implementation within the framework of cooperative vocational training models (2.1) and 100 teaching, training, and management staff, 30% of whom are women, are qualified at TVET institutions and partner companies to implement cooperative training training offers in the field of industrial and environmental safety (2.2)

Output 3 of TVET4RE (Training offers in the vocational branch of Secondary Education and Advanced Certificate Courses are expanded by elements of sustainable energy) expands training offers in the vocational branch of secondary education (SSC Voc/Secondary School Certificate -Vocational Stream and HSC Voc/Higher Secondary Certificate - Vocational Stream) to include elements of sustainable energy and develops new Advanced Certificate Courses, ranging between HSC Voc and Diploma Programmes, on the subject. This is a targeted response to the high demand for skilled labour in activities of manageable complexity, such as maintenance and repair. 
To be achieved by the contractor: 3 gender-responsive secondary education curricula expanded by elements of sustainable energy, 2 new Advanced Certificate Courses developed on the topic of sustainable energy and 90 students and graduates of vocational schools, 25 of them women, possess theoretical knowledge and practical competencies in the field of sustainable energy
Output 4 of TVET4RE (Improved diploma programmes) expands existing diploma training programmes to include elements of sustainable energy and thus follows the same results logic as Output 3. By revising existing diploma training programmes, future middle-level technical managers will acquire relevant skills in the areas of planning, installation, operation, distribution and EE. 
To be achieved by the contractor: 3 gender-responsive adapted diploma curricula that include theoretical knowledge and practical competencies in the field of sustainable energy (4.1) and 120 students and graduates of Polytechnic Institutes, 40 of them women, possess theoretical knowledge and practical competencies in the field of sustainable energy.

Key Work Packages and activities: 
Work package 1 
Revision/development of 16 occupational/competency standards and corresponding curricula in the areas of industrial and environmental safety as well as sustainable energy, including development of teaching and learning materials. 

Activities:
- Mobilisation of the private sector, ensuring its representative involvement in occupational/competency standards and curricula development
- Organisation of curriculum development and validation workshops for SSC Voc/HSC Voc and Diploma Programmes as well as Advanced Certificate Courses
- Development of teaching, learning and examination materials 
Work package 2 
Technical and pedagogical teacher training at piloting TVET institutions and preparation of master trainers; Support of enrolment and implementation of new or revised TVET offers 

Activities:
- Training Needs Assessment of TVET teachers and in-company trainers
- Design of ToT programmes
- Implementation of ToT sessions jointly with Master Trainers
- Provide enrolment and initial implementation support to piloting TVET institutions

Work package 3 
Strengthening cooperation between TVET Institutions and the private sector 

Activities:
- Facilitate linkages between TVET institutions and local companies to provide students with internships/workplace learning places
- Identify in-company trainers 
- Support TVET institutions in formalising and institutionalising cooperation models</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">et-eq</cbc:ProcurementTypeCode>
			</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">80400000</cbc:ItemClassificationCode>
			</cac:AdditionalCommodityClassification>
			<cac:RealizedLocation>
				<cac:Address>
					<cbc:CityName>Dhaka</cbc:CityName>
					<cac:Country>
						<cbc:IdentificationCode listName="country">BGD</cbc:IdentificationCode>
					</cac:Country>
				</cac:Address>
			</cac:RealizedLocation>
			<cac:PlannedPeriod>
				<cbc:DurationMeasure unitCode="MONTH">30</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>