Department of Evaluation, Learning and Quality (ELK) intends to commission a series of thematic evaluations with the following objectives:
The objectives of the evaluation are to:
• capture outcome level results in selected thematic areas of development and humanitarian assistance implemented in the global south by Danish CSOs;
• stimulate learning based on evidence of achieved results to improve the quality of the Danish Government’s support to civil society.
Deadline
Fristen for modtagelse af bud var på 2020-06-23.
Indkøbet blev offentliggjort på 2020-05-20.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Tender for Evaluation of the Danish Support to Civil Society: Three Thematic Evaluations to Support Joint Learning 2020-2022
2019-33164”
Produkter/tjenester: Evalueringsrådgivningstjenester📦
Kort beskrivelse:
“Department of Evaluation, Learning and Quality (ELK) intends to commission a series of thematic evaluations with the following objectives:
The objectives of...”
Kort beskrivelse
Department of Evaluation, Learning and Quality (ELK) intends to commission a series of thematic evaluations with the following objectives:
The objectives of the evaluation are to:
• capture outcome level results in selected thematic areas of development and humanitarian assistance implemented in the global south by Danish CSOs;
• stimulate learning based on evidence of achieved results to improve the quality of the Danish Government’s support to civil society.
1️⃣
Yderligere produkter/tjenester: Tjenester vedrørende økonomisk hjælp til udlandet📦
Sted for udførelsen: Hovedstaden🏙️
Hovedsted eller sted for udførelsen: Copenhagen, DENMARK (and case countries to be selected).
Beskrivelse af udbuddet:
“The evaluation series consists of three thematic evaluations:
1) evaluation of the Danish Public engagement in the international cooperation agenda promoted...”
Beskrivelse af udbuddet
The evaluation series consists of three thematic evaluations:
1) evaluation of the Danish Public engagement in the international cooperation agenda promoted by Danish CSOs;
2) strengthening civil society in the global south. An evaluation of the results of Danish CSO partnerships;
3) evaluation of Humanitarian-Development-Peace Nexus. Results achieved by Danish CSOs.
Evaluation No 1 will be based on qualitative and quantitative research in Denmark and No 2 and 3 will be based on case studies in Mali, Syria (and related operations in Lebanon and Jordan and East Africa (Sudan, South Sudan, Uganda, Ethiopia, Kenya).
The design of the series of evaluations has to have a strong focus on learning seeing that ELK intends to promote and facilitate a joint approach to learning in the MFA and the CSOs. The intention is to identify a joint learning agenda based on a series of learning questions within each thematic area that could form the basis of peer learning among partners and possibly inform a more coordinated research, evaluation and communications agenda about Danish support to civil society. This approach will be tested on the three thematic evaluations.
The inception phase includes a first design event to be held jointly with CSOs and MFA and facilitated by the tenderer should lead to the design of the series of evaluations including general agreement on:
— the learning questions to focus the thematic evaluations;
— general design of the learning process, e.g. the methodological approach to the thematic evaluations, sampling of the case studies, the learning process and events.
The three thematic evaluations are carried out and published as stand-alone outputs. A final report will summarize the lessons learned from the three thematic evaluations and the experience from the approach to joint learning.
Vis mere Kriterier for tildeling
Omkostningskriterium (navn): Quaity
Omkostningskriterium (vægtning): 100
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 3 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 24
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Maksimalt antal: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“Candidates will be selected on the basis of the information concerning technical and professional ability, cf. section III.1.3), in relation to the object...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
Candidates will be selected on the basis of the information concerning technical and professional ability, cf. section III.1.3), in relation to the object of this contract, cf. sections II.1.4) and II.2.4).
In the selection, the contracting authority will specifically emphasise:
• relevant contracts (project reference) in accordance with the description in III.1.3), and
• recent experience from measuring outcome level results and evidence-based learning across the Danish Civil Society.
Vis mere Beskrivelse
Yderligere oplysninger:
“The contracting authority has a maximum budget of DKK 3 000 000 net of VAT in relation to the procurement. Tenders will be rejected if they exceed the...”
Yderligere oplysninger
The contracting authority has a maximum budget of DKK 3 000 000 net of VAT in relation to the procurement. Tenders will be rejected if they exceed the maximum budget.
As the task to be performed is an evaluation assignment, candidates involved in the implementation of any of the interventions to be evaluated are therefore not independent and impartial and may be excluded from participating.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.
An economic operator is excluded from the...”
Liste og kortfattet beskrivelse af betingelserne
In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.
An economic operator is excluded from the procurement procedure if the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been convicted by final judgement or fined within the last 4 years for any of the exclusion grounds relating to the criminal convictions listed in section 135(1) and section 135(2) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it has unpaid overdue debt of DKK 100 000.00 or more to public authorities in relation to payment of taxes and payment of social security, cf. section 135(3) of the Danish Public Procurement Act. An economic operator is, however, not excluded where the economic operator has agreed on a repayment scheme with the collection authority and that scheme is observed, cf. section 135(4) or where the economic operator provides guarantee of payment of the part of the debt which constitutes DKK 100 000.00 or more, cf. section 135(5).
An economic operator is excluded from the procurement procedure if it is subject to any of the exclusion grounds listed in sections 136(1)(1) and 136(1)(2) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it within the last 2 years has been subject to any of the exclusion grounds listed in sections 136(1)(3) and 137(1)(2-3) of the Danish Public Procurement Act.
The contracting authority can accept the following documentation in relation to the exclusion grounds in sections 135(1), 135(2), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority):
1) extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in sections 135(1), 135(2), 135(3) and 137(1)(2);
(2) a declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established or where the documentation does not cover all the grounds for exclusion stipulated in sections 135(1), 135(2), 135(3) and 137(1)(2) entirely);
(3) a solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established).
Thus, the contracting authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the contracting authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds.
Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/growth/tools-databases/ecertis/
Economic operators are encouraged to submit all necessary documentation as early as possible.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic operator can present annual reports).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the economic and financial standing of other entities, the participating economic operators or the entities referred to are subject to joint and severable liability for the performance of the contract.
The contracting authority can accept annual reports or excerpts hereof or relevant statements from a bank or certified accountant as documentation in relation to the economic and financial standing.
When an economic operator is participating in the procurement procedure together with others or when an economic operator relies on the economic and financial standing of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary economic and financial standing. The statements of support must establish a legal obligation for the party concerned and state that the involved economic operators or entities are subject to joint and severable liability for the performance of the contract.
Economic operators are encouraged to submit all necessary documentation as early as possible.
“The economic operator is required to have an average yearly turnover of minimum DKK 6 000 000 for the last 2 financial years available.
When the economic...”
The economic operator is required to have an average yearly turnover of minimum DKK 6 000 000 for the last 2 financial years available.
When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In Part IV.C of the ESPD, the economic operator must fill in a list of maximum five contracts entered into, ongoing or finalised within the last 5 years...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV.C of the ESPD, the economic operator must fill in a list of maximum five contracts entered into, ongoing or finalised within the last 5 years stating a description of the contract (nature and quantity of services from the economic operator and how they compare to the description of this procurement), amount (contract fee received by the economic operator), start date, end date and recipient (name and contact information).
As a relevant project references (contract) is considered:
• independent learning-focused evaluations of activities implemented by CSO partnerships in the global south with a value attributable to the applicant of more than DKK 500 000;
• facilitation of joint learning processes within the CSO community with the purpose of programme improvement with a value attributable to the applicant of more than DKK 300 000.
An ‘independent evaluation’ is an evaluation carried out for an evaluation unit of a development organisation. References related to reviews and ‘monitoring and evaluation’ work will not be considered as relevant references. Neither will short-listing under a framework contract be considered a reference in itself.
If an economic operator has listed more than five contracts, the contracting authority will only read and assess the five most recent contracts listed (based on start date).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the technical and professional abilities of other entities, the specific parts of the contract must be performed by the economic operators or entities with the required technical and professional abilities.
The contracting authority reserves the right to contact the recipients of services or require statements from the recipients, confirming that the economic operator has performed the listed contracts, as documentation in relation to the technical and professional ability.
When an economic operator is formed by a group of economic operators or relies on the technical and professional abilities of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary technical and professional abilities. The statements of support must establish a legal obligation for the party concerned and state the parts of the contract to be performed by the party concerned.
Economic operators are encouraged to submit all necessary documentation as early as possible.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“Minimum requirement of relevant project references (as defined above):
(a) minimum requirement of one reference with independent learning focused evaluation...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
Minimum requirement of relevant project references (as defined above):
(a) minimum requirement of one reference with independent learning focused evaluation of activities implemented by CSO partnerships in the global south with a value attributable to the applicant of more than DKK 500 000; and
(b) minimum requirement of one reference with facilitation of joint learning processes within the CSO community with the purpose of programme improvement with a value attributable to the applicant of more than DKK 300 000.
(If reference (b) is part of reference (a), the minimum requirement is considered fulfilled with only one reference with a value attributable to the applicant of more than DKK 500 000. If reference (b) is separate from reference (a), the value attributable to the applicant should be of minimum DKK 300 000 and thus two references in total is necessary in order to meet the minimum requirement of relevant project references.)
The references (contracts) must have been performed (entered into, ongoing or finalised) within the last 5 years.
When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Prior to the signing of the contract, the economic operator must present statements of availability from all non-permanent staff (e.g. project specific...”
Betingelser for opfyldelse af kontrakten
Prior to the signing of the contract, the economic operator must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants).
When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all the participating economic operators which identifies the member of the group who can act as an agent on behalf of the group with mandate to establish a legal obligation on behalf of the group in relation to the contracting authority.
The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact.
Economic operators can find more information on: http://um.dk/en/danida-en/about-danida/Danida-transparency/anti-corruption/ https://www.unglobalcompact.org/what-is-gc/mission/principles
Procedure Type af procedure
Begrænset procedure
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 066-157512
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-06-23
14:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2020-06-26 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available...”
The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf
Access to the procurement procedure requires online registration.
Guidance (in Danish and English) on the use of the tendering system can be found at: https://www.udbudssystemet.dk/public/instructions/ETHICS.EO.vejledning.pdf
Local time in section IV) is according to Central European Time (CET) in Denmark.
Economic operators may only submit one application or tender.
Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to exclusion grounds and that the economic operator fulfils the minimum requirements for economic and financial standing and technical and professional ability.
When the economic operator is participating together with others or if the economic operator relies on the capacity of other entities, each participating economic operator must provide a separate ESPD.
Before the time limit for receipt of tenders, the candidates, which the contracting authority has invited to tender, must present documentation of the information provided in the ESPD.
This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations.
Economic operators will not receive remuneration for their participation in the procedure.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Actions regarding requests to participate and selection must be submitted within 20 calendar days from the day after the contracting authority has notified...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Actions regarding requests to participate and selection must be submitted within 20 calendar days from the day after the contracting authority has notified the economic operators of the decisions regarding selection.
Other actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:
— 45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU;
— 30 calendar days from the day after the contracting authority has notified the economic operators that a contract based on a framework agreement with reopening of competition has been entered into; or
— 6 months from the day after the contracting authority has notified the economic operators of the decisions regarding award of a framework agreement.
The complainant must at the same time notify the contracting authority that an action has been submitted to the Danish Complaints Board for Public Procurement.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: www.kfst.dk🌏
Kilde: OJS 2020/S 100-241329 (2020-05-20)
Bekendtgørelse om indgåede kontrakter (2020-08-31) Objekt Omfanget af udbuddet
Kort beskrivelse:
“The Ministry of Foreign Affairs has entered into a contract regarding Evaluation of the Danish support to civil society. The Department of Evaluation,...”
Kort beskrivelse
The Ministry of Foreign Affairs has entered into a contract regarding Evaluation of the Danish support to civil society. The Department of Evaluation, Learning and Quality (ELK) intends to commission a series of thematic evaluations with the following objectives:
• capture outcome level results in selected thematic areas of development and humanitarian assistance implemented in the global south by Danish CSOs;
• stimulate learning based on evidence of achieved results to improve the quality of the Danish Government’s support to civil society.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 2 999 350 💰
Beskrivelse
Hovedsted eller sted for udførelsen: Copenhagen, Denmark (and case countries to be selected).
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 100-241329
Tildeling af kontrakt
1️⃣
Dato for indgåelse af kontrakten: 2020-08-27 📅
Oplysninger om udbud
Antal modtagne bud: 5
Antal modtagne bud fra SMV'er: 4
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 3
Antal modtagne bud fra bydende fra lande uden for EU: 2
Antal bud, der er modtaget ad elektronisk vej: 5
Kontrakten er blevet tildelt en gruppe af økonomiske aktører ✅ Navn og adresse på kontrahenten
Navn: INTRAC Ltd
Postadresse: Old Fruiterers' Yard, Oxbridge Court, Osney Mead
Postby: Oxford
Postnummer: OX2 0ES
Land: Storbritannien 🇬🇧
Telefon: +44 1865201851 / +44 7546905231📞
E-mail: consultancy@intrac.org📧
Region: United Kingdom 🏙️
Entreprenøren er en SMV ✅
Navn: Nordic Consulting Group A/S
Postadresse: Jemtelandsgade 1
Postby: Copenhagen
Postnummer: 2300
Land: Danmark 🇩🇰
Telefon: +45 43716200📞
E-mail: ncg@ncg.dk📧
Region: Danmark🏙️ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: DKK 2 999 350 💰
Supplerende oplysninger Yderligere oplysninger
“The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available...”