The Ministry of Foreign Affairs of Denmark is tendering a contract regarding a Monitoring, Evaluation, Accountability and Learning (MEAL) Unit in connection with the Danish Arab Partnership Programme (DAPP) 2022-2027.
Deadline
Fristen for modtagelse af bud var på 2022-11-14.
Indkøbet blev offentliggjort på 2022-10-13.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Monitoring, Evaluation, Accountability and Learning (MEAL) Unit – Danish Arab Partnership Programme 2022-2027
2020-41913”
Produkter/tjenester: Forretningstjenesteydelser: forskrifter, markedsføring, rådgivning, rekruttering, trykning og sikkerhed📦
Kort beskrivelse:
“The Ministry of Foreign Affairs of Denmark is tendering a contract regarding a Monitoring, Evaluation, Accountability and Learning (MEAL) Unit in connection...”
Kort beskrivelse
The Ministry of Foreign Affairs of Denmark is tendering a contract regarding a Monitoring, Evaluation, Accountability and Learning (MEAL) Unit in connection with the Danish Arab Partnership Programme (DAPP) 2022-2027.
The DAPP has been an important instrument in Denmark’s foreign policy in the Middle East and North Africa (MENA) since its establishment in 2003. The DAPP phase 2022-2027, building on the positive experiences of the past and focusing on employment and human rights, will continue to support Danish policy priorities in the region, and in particular, policies addressing migration. Recognizing that a youth focus is key to ensuring better, more secure, and more prosperous lives in the MENA region, the DAPP adopts youth as its main target group.
The DAPP comprises two programmes with complementary strategic objectives aimed at improving young people’s lives: Human Rights and Inclusion (HRI, DKK 460 million) and Youth Employment and Entrepreneurship (YEE, DKK 435 million). DAPP partners have been appointed through previous tender processes earlier this year.
The DAPP will be monitored according to the Monitoring, Evaluation, Accountability, and Learning (MEAL) principles by a MEAL unit (this tender). The MEAL system is designed to ensure accountability through effective and timely information sharing and to provide beneficiaries, taxpayers, and politicians with transparent results reporting allowing them to act upon information received. The overall objective of the assignment is to ensure accountability through effective and timely information sharing and to provide beneficiaries, taxpayers, and politicians with transparent results reporting allowing them to act upon information received. The MEAL unit will have a full-time presence in the MENA region, with two field offices, one in Amman covering Jordan and Egypt and another in Tunis covering Tunisia, Morocco and potentially Algeria.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 40 460 000 💰
Varighed
Startdato: 2023-01-02 📅
Slutdato: 2027-12-31 📅
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser:
“The contracting authority and the consultant can at any time agree to extend the completion date and all or part of the services. The total budget for...”
Beskrivelse af fornyelser
The contracting authority and the consultant can at any time agree to extend the completion date and all or part of the services. The total budget for payment of such continuation of the services cannot exceed an amount corresponding to 20% of the contract price net of VAT.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The contracting authority and the consultant can at any time agree that key staff shall perform other additional services and deliveries similar to the...”
Beskrivelse af mulighederne
The contracting authority and the consultant can at any time agree that key staff shall perform other additional services and deliveries similar to the services specified in Appendix 1. The total budget for payment of such additional services and deliveries cannot exceed an amount corresponding to 20% of contract price net of VAT.
Vis mere Beskrivelse
Yderligere oplysninger:
“The contracting authority has a maximum budget of DKK 28,900,000.00 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 28,900,000.00 net of VAT in relation to the procurement. Tenders will be rejected if they exceed the contracting authority's maximum budget.
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 5 years for any of the exclusion grounds relating to the criminal convictions listed in section 135(1) 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 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 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 3 years has been subject to any of the exclusion grounds listed in sections 136(1)(3-4) and 137(1)(2) of the Danish Public Procurement Act.
An economic operator is not required to answer whether it is subject to purely national exclusion grounds, cf. Part III.D of the ESPD.
An economic operator is excluded from the procurement procedure if the economic operator is established in a country which is entered on the EU list of non-cooperative jurisdictions for tax purposes and which has not adopted the Government Procurement Agreement (GPA) or other trade agreements that oblige Denmark to open its market for public contracts for tenderers established in the country in question, cf. section 134 a 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(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(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(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/tools/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 several 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 several 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 9,500,000.00 for the last 2 financial years available.
When the economic...”
The economic operator is required to have an average yearly turnover of minimum DKK 9,500,000.00 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 5 contracts entered into, ongoing or finalized within the last 3 years.
The...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV.C of the ESPD, the economic operator must fill in a list of maximum 5 contracts entered into, ongoing or finalized within the last 3 years.
The number of performed contracts is determined based on all submitted ESPDs (i.e. from all involved economic operators in a group of economic operators and/or other supporting entities).
If an economic operator has listed more than 5 contracts, the contracting authority will only read and assess the 5 most recent contracts listed (first based on end date, and then based on start date).
Each listed contract should include the following information:
(1) a description of the contract (nature and quantity of services from the economic operator and how they compare to the description of this procurement),
(2) amount (remuneration received by the economic operator for the performance of the services),
(3) start date (date of conclusion of the contract),
(4) end date (date of completion of services), and
(5) recipient (name and contact information).
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.
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.
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.
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):
“Within the last 3 years, the economic operator is required to have performed contracts covering the following:
i) monitoring and evaluation (i.e., a...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
Within the last 3 years, the economic operator is required to have performed contracts covering the following:
i) monitoring and evaluation (i.e., a performance review and evaluation of the implementation and results) of a bi- or multilateral development partner funded development programme in a developing country,
ii) manage a Monitoring, Evaluation, Accountability, and Learning (MEAL) function for a client,
iii) programme strategic monitoring,
iv) strategic impact studies,
v) analysis and learning on programme outcomes and impacts for strategic decision-making and/or adaptive management,
vi) financial monitoring and/or follow-the-money studies,
vii) human rights, and
viii) job creation.
A reference related to an ‘independent evaluation’ carried out for an evaluation unit of a development organisation will not be considered as a ‘monitoring and evaluation’ reference. Neither will an award of a framework agreement be (but the economic operator may refer to the contracts awarded under the framework agreement).
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:
“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...”
Procedure Type af procedure
Åben procedure
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 180-510174
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-11-14
14:00 📅
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
Betingelser for åbning af buddene: 2022-11-14
14:01 📅
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure): Economic operators will not be allowed to witness the opening of tenders.
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/54435/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://mercell.atlassian.net/servicedesk/customer/portal/3/article/177996038?src=1869524006
Local time in section IV is according to Central European Time (CET) in Denmark.
Economic operators may only submit one 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 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.
In the tender, economic operators must submit a completed and signed statement regarding Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014 concerning restrictive measures in view of Russia’s actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No 2022/1269 of 21 July 2022. The contract cannot be awarded to a tenderer subject to Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014, as amended by Council Regulation (EU) No 2022/1269 of 21 July 2022.
Before the contracting authority decides to award the contract, the tenderer, which the contracting authority intends to award the contract to, must present documentation of the information provided in the ESPD.
If an economic operator is entered on an official list of approved economic operators or has an equivalent certificate (e.g. under a national (pre)qualification system), the economic operator may refer to the list in question or present a certificate issued by the competent authority instead of documentation of the information provided in the ESPD.
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.
Prior to the signing of the contract, the tenderer, which the contracting authority has awarded the contract to, must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants).
This contract has not been divided into lots, cf. section II.1.6), due to minimization of contract administration and necessary coordination.
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 the procedure (e.g. decisions regarding award of contract) must be submitted within: 45 calendar days from the day after the publication...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
Complaint guidelines (in English) can be found at: https://naevneneshus.dk/media/9802/complaint-guidelines.pdf
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 2022/S 201-572340 (2022-10-13)
Supplerende oplysninger (2022-10-31)
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2022/S 201-572340
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: IV.2.2)
Gammel værdi
Dato: 2022-11-14 📅
Tid: 14:00
Ny værdi
Dato: 2022-11-21 📅
Tid: 14:00
Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: IV.2.7)
Gammel værdi
Dato: 2022-11-14 📅
Tid: 14:01
Ny værdi
Dato: 2022-11-21 📅
Tid: 14:01
Andre supplerende oplysninger
“The contracting authority has extended the time limit for the receipt of tenders because the contracting authority has made a substantial amendment to the...”
The contracting authority has extended the time limit for the receipt of tenders because the contracting authority has made a substantial amendment to the procurement documents to clarify the required professional experience of the national monitoring officers.
Vis mere
Kilde: OJS 2022/S 213-612302 (2022-10-31)
Bekendtgørelse om indgåede kontrakter (2023-01-23) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 40458569.2 💰
Kriterier for tildeling
Kvalitetskriterium (navn): Adequacy of Methodology and Work Plan
Kvalitetskriterium (vægtning): 40
Kvalitetskriterium (navn): Qualifications and Competence of Key Staff
Kvalitetskriterium (vægtning): 60
Pris (justeringskoefficient): 0
Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“The contracting authority and the consultant can at any time agree that key staff shall perform other additional services and deliveries similar to the...”
Beskrivelse af mulighederne
The contracting authority and the consultant can at any time agree that key staff shall perform other additional services and deliveries similar to the services specified in Appendix 1. The total budget for payment of such additional services and deliveries cannot exceed an amount corresponding to 20% of contract price (DKK 5,779,795.60) net of VAT.
Vis mere Beskrivelse
Yderligere oplysninger:
“The contracting authority's maximum budget of DKK 28,900,000.00 net of VAT in relation to the procurement does not include renewal of the contract or the options.”
Yderligere oplysninger
The contracting authority's maximum budget of DKK 28,900,000.00 net of VAT in relation to the procurement does not include renewal of the contract or the options.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 201-572340
Tildeling af kontrakt
1️⃣
Dato for indgåelse af kontrakten: 2023-01-23 📅
Oplysninger om udbud
Antal modtagne bud: 4
Antal modtagne bud fra SMV'er: 2
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 2
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 4
Navn og adresse på kontrahenten
Navn: Nordic Consulting Group A/S
Nationalt registreringsnummer: 12852371
Postadresse: Jemtelandsgade 1, 2.
Postby: Copenhagen
Postnummer: 2300
Land: Danmark 🇩🇰
Region: Byen København🏙️
URL: https://www.ncg.dk/🌏
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 40 460 000 💰
Kontraktens/parcellens samlede værdi: DKK 40458569.2 💰
Oplysninger om underleverandørvirksomhed
Kontrakten vil sandsynligvis blive givet i underentreprise
Kort beskrivelse af den del af kontrakten, der skal udliciteres:
“Integrated International (https://www.integratedinternational.org/) will be responsible for managing the office in Tunis and contracting with the...”
Kort beskrivelse af den del af kontrakten, der skal udliciteres
Integrated International (https://www.integratedinternational.org/) will be responsible for managing the office in Tunis and contracting with the consultants associated with and working in the Tunis office.
“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/54435/the-public-procurement-act.pdf
This contract has not been divided into lots, cf. section II.1.6), due to minimization of contract administration and necessary coordination.
Economic operators did not receive remuneration for their participation in the procedure.
Vis mere
Kilde: OJS 2023/S 020-052991 (2023-01-23)