It is the intention to carry out an evaluation which investigates whether and how management principles and practice as it has evolved, supports the aims and ambitions of Danish development cooperation, in light of the changes in Danish development cooperation. The evaluation will be mainly forward looking and focus on learning. The evaluation has three objectives: (1) To assess whether and how changes in development cooperation since 2009 have been addressed by aid management in a relevant and appropriate manner, in line with the intentions behind the decentralisation. (2) To assess whether and how the changes since 2018-19 in management are conducive to fostering conditions for achieving the intentions embedded in the DDD and adaptive management approach. (3) To provide lessons learned regarding strengths and weaknesses in management of Danish development cooperation as well as enabling and hindering factors, and to present issues for consideration, including identification of dilemmas or trade-offs, and recommendations on adjustments as relevant. In order to achieve these objectives, it will be needed to establish a descriptive overview of the main developments in management of Danish development cooperation since the last evaluation in 2009. The description will comprise both developments in Danish development support, including its size, instruments, and composition, and developments in policies and principles that have guided the management of Danish development cooperation, as well as the broader donor landscape/aid architecture and international development agenda. In this evaluation, management will be used to describe MFA management of support to development cooperation. This includes the management of both bilateral and multilateral development support at headquarter level in Copenhagen and at embassies/missions. This implies that programmes implemented by other ministries and institutions but managed in Copenhagen will be covered by the evaluation (e.g. Strategic Sector Cooperation (SSC)). Here, focus will be on MFA’s role and management in relation to such activities, not on the management by other actors. Development-related activities in Denmark, such as in-donor refugee costs, will be excluded from the evaluation, as will development support channelled through the EU. Aid management guidelines is a key set of documents, that sets out the formal requirements for the management of development cooperation. It will not be a purpose in the evaluation to assess the implementation of the various development cooperation activities per se or the results hereof. Focus will be on the management of development cooperation, and how well it underpins the development support. Thus, it must be noted that the management system is not solely responsible for whether the development cooperation fulfils the aims and ambitions of Danish development cooperation policy, and the evaluation must therefore address the management system as an important, but not the only, element that shapes Danish development cooperation practice, and consider the interplay between the management system, requirements, processes etc., and the aid portfolio, organizational set up and other relevant factors. Please refer to the Consultancy Agreement, Appendix 1 and Appendix 2 for a more detailed description of the object of the procurement.
Deadline
Fristen for modtagelse af bud var på 2023-12-12.
Indkøbet blev offentliggjort på 2023-11-23.
Udbudsbekendtgørelse (2023-11-23) Objekt Omfanget af udbuddet
Titel: Evaluation of Management of Danish Development Cooperation 20 years after decentralisation
Reference number: 23/18749
Kort beskrivelse:
“It is the intention to carry out an evaluation which investigates whether and how management principles and practice as it has evolved, supports the aims...”
Kort beskrivelse
It is the intention to carry out an evaluation which investigates whether and how management principles and practice as it has evolved, supports the aims and ambitions of Danish development cooperation, in light of the changes in Danish development cooperation.
The evaluation will be mainly forward looking and focus on learning. The evaluation has three objectives:
(1) To assess whether and how changes in development cooperation since 2009 have been addressed by aid management in a relevant and appropriate manner, in line with the intentions behind the decentralisation.
(2) To assess whether and how the changes since 2018-19 in management are conducive to fostering conditions for achieving the intentions embedded in the DDD and adaptive management approach.
(3) To provide lessons learned regarding strengths and weaknesses in management of Danish development cooperation as well as enabling and hindering factors, and to present issues for consideration, including identification of dilemmas or trade-offs, and recommendations on adjustments as relevant.
In order to achieve these objectives, it will be needed to establish a descriptive overview of the main developments in management of Danish development cooperation since the last evaluation in 2009. The description will comprise both developments in Danish development support, including its size, instruments, and composition, and developments in policies and principles that have guided the management of Danish development cooperation, as well as the broader donor landscape/aid architecture and international development agenda.
In this evaluation, management will be used to describe MFA management of support to development cooperation. This includes the management of both bilateral and multilateral development support at headquarter level in Copenhagen and at embassies/missions. This implies that programmes implemented by other ministries and institutions but managed in Copenhagen will be covered by the evaluation (e.g. Strategic Sector Cooperation (SSC)). Here, focus will be on MFA’s role and management in relation to such activities, not on the management by other actors. Development-related activities in Denmark, such as in-donor refugee costs, will be excluded from the evaluation, as will development support channelled through the EU. Aid management guidelines is a key set of documents, that sets out the formal requirements for the management of development cooperation.
It will not be a purpose in the evaluation to assess the implementation of the various development cooperation activities per se or the results hereof. Focus will be on the management of development cooperation, and how well it underpins the development support. Thus, it must be noted that the management system is not solely responsible for whether the development cooperation fulfils the aims and ambitions of Danish development cooperation policy, and the evaluation must therefore address the management system as an important, but not the only, element that shapes Danish development cooperation practice, and consider the interplay between the management system, requirements, processes etc., and the aid portfolio, organizational set up and other relevant factors.
Please refer to the Consultancy Agreement, Appendix 1 and Appendix 2 for a more detailed description of the object of the procurement.
Vis mere
Kontrakttype: services
Produkter/tjenester: Evalueringsrådgivningstjenester📦
Anslået værdi uden moms: 4 500 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“It is the intention to carry out an evaluation which investigates whether and how management principles and practice as it has evolved, supports the aims...”
Beskrivelse af udbuddet
It is the intention to carry out an evaluation which investigates whether and how management principles and practice as it has evolved, supports the aims and ambitions of Danish development cooperation, in light of the changes in Danish development cooperation.
The evaluation will be mainly forward looking and focus on learning. The evaluation has three objectives:
(1) To assess whether and how changes in development cooperation since 2009 have been addressed by aid management in a relevant and appropriate manner, in line with the intentions behind the decentralisation.
(2) To assess whether and how the changes since 2018-19 in management are conducive to fostering conditions for achieving the intentions embedded in the DDD and adaptive management approach.
(3) To provide lessons learned regarding strengths and weaknesses in management of Danish development cooperation as well as enabling and hindering factors, and to present issues for consideration, including identification of dilemmas or trade-offs, and recommendations on adjustments as relevant.
In order to achieve these objectives, it will be needed to establish a descriptive overview of the main developments in management of Danish development cooperation since the last evaluation in 2009. The description will comprise both developments in Danish development support, including its size, instruments, and composition, and developments in policies and principles that have guided the management of Danish development cooperation, as well as the broader donor landscape/aid architecture and international development agenda.
In this evaluation, management will be used to describe MFA management of support to development cooperation. This includes the management of both bilateral and multilateral development support at headquarter level in Copenhagen and at embassies/missions. This implies that programmes implemented by other ministries and institutions but managed in Copenhagen will be covered by the evaluation (e.g. Strategic Sector Cooperation (SSC)). Here, focus will be on MFA’s role and management in relation to such activities, not on the management by other actors. Development-related activities in Denmark, such as in-donor refugee costs, will be excluded from the evaluation, as will development support channelled through the EU. Aid management guidelines is a key set of documents, that sets out the formal requirements for the management of development cooperation.
It will not be a purpose in the evaluation to assess the implementation of the various development cooperation activities per se or the results hereof. Focus will be on the management of development cooperation, and how well it underpins the development support. Thus, it must be noted that the management system is not solely responsible for whether the development cooperation fulfils the aims and ambitions of Danish development cooperation policy, and the evaluation must therefore address the management system as an important, but not the only, element that shapes Danish development cooperation practice, and consider the interplay between the management system, requirements, processes etc., and the aid portfolio, organizational set up and other relevant factors.
Please refer to the Consultancy Agreement, Appendix 1 and Appendix 2 for a more detailed description of the object of the procurement.
Vis mere
Yderligere oplysninger:
“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...”
Yderligere oplysninger
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 in the tender.
Vis mere
Yderligere produkter/tjenester: Tjenester vedrørende økonomisk hjælp til udlandet📦
Hovedsted eller sted for udførelsen:
“The evaluation will require meetings at the Ministry of Foreign Affairs of Denmark in Copenhagen.”
Sted for udførelsen: Byen København🏙️ Varighed
Startdato: 2024-01-01 📅
Slutdato: 2024-11-30 📅
Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 20
Kvalitetskriterium (navn): Adequacy of Methodology and Work Plan
Kvalitetskriterium (vægtning): 32
Kvalitetskriterium (navn): Qualifications and Competence of Key Staff
Kvalitetskriterium (vægtning): 48
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅
Fremskyndet procedure:
“As the contract must be concluded in 2023, the contracting authority will not be able to conduct a procurement procedure in accordance with the minimum time...”
Fremskyndet procedure
As the contract must be concluded in 2023, the contracting authority will not be able to conduct a procurement procedure in accordance with the minimum time limit of 30 days for submission of tenders. Therefore, the contracting authority will conduct an accelerated procedure in accordance with section 57(5) of the Danish Public Procurement Act.
The time limit has been set in accordance with section 57(5) of the Danish Public Procurement Act as the contracting authority has provided more than the minimum 15 days to submit tenders, and the contracting authority cannot provide more time for the submission of tenders when the contracting authority will need to evaluate tenders, notify of the award decision, and conclude the contract in 2023.
Vis mere Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2023-12-12 14:00:00 📅
Betingelser for åbning af buddene: 2023-12-12 14:00:00 📅
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“Tenders will be opened after the time limit for receipt of tenders.
Tenderers will not be entitled to attend the opening of tenders.”
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Average yearly turnover: In Part IV.B of the ESPD, the tenderer must fill in its average yearly turnover for the last 2 financial years available (where the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Average yearly turnover: In Part IV.B of the ESPD, the tenderer must fill in its average yearly turnover for the last 2 financial years available (where the tenderer can present annual reports).
The tenderer is required to have an average yearly turnover of minimum DKK 9,000,000.00 for the last 2 financial years available.
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.
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“Certificates by independent bodies about quality assurance standards”
Liste og kortfattet beskrivelse af betingelserne:
“Enrolment in a relevant professional register” Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For service contracts: performance of services of the specified type: In Part IV.C of the ESPD, the tenderer must fill in a list of maximum 5 contracts...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For service contracts: performance of services of the specified type: In Part IV.C of the ESPD, the tenderer 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 a tenderer 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:
- 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 (remuneration received by the economic operator for the performance of the services),
- start date (date of conclusion of the contract),
- end date (date of completion of services), and
- recipient (name and contact information).
The tenderer is required to have performed (entered into, ongoing or finalized) minimum 1 contract regarding an independent evaluation of bilateral donor support that also includes issues related to management of development cooperation.
An ‘independent evaluation’ is an evaluation carried out for an evaluation unit of a development organisation.
A monitoring assignment (i.e. a long-term performance review of the implementation and results of a programme) will not be considered as a relevant reference.
An award of a framework agreement will not, in itself, be considered as a relevant reference, but a contract awarded under a framework agreement can be considered as a relevant reference if it fulfils the stipulated requirements.
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.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Prior to the signing of the contract, the tenderer, which the contracting authority has awarded the contract to, must present statements of availability...”
Betingelser for opfyldelse af kontrakten
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).
The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact. Tenderers can find more information on:
https://um.dk/en/danida/anti-corruption https://www.unglobalcompact.org/what-is-gc/mission/principles
The contract includes a labour clause concerning conditions on pay and work for the staff assigned for the performance of the contract.
“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...”
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 in the tender.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: https://www.kfst.dk/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 of...”
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 Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2023/S 228-719588 (2023-11-23)