Evaluation of Development Cooperation through Delegated Partnerships with the EU

The evaluation will cover delegated cooperation between the EU and the MFA (central MFA or embassies) over the ten-year period from 2014 to 2023, where the MFA is entrusted by the EU with the implementation of actions in indirect management. The evaluation will not cover delegated cooperation between the EU …

CPV: 75211200 Servicios relacionados con la ayuda económica exterior, 79419000 Servicios de consultoría en evaluación
Lugar de ejecución:
Evaluation of Development Cooperation through Delegated Partnerships with the EU
Organismo adjudicador:
Ministry of Foreign Affairs of Denmark
Número de premio:
24-18288

1. Buyer

1.1 Buyer

Official name : Ministry of Foreign Affairs of Denmark
Legal type of the buyer : Central government authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Evaluation of Development Cooperation through Delegated Partnerships with the EU
Description : The evaluation will cover delegated cooperation between the EU and the MFA (central MFA or embassies) over the ten-year period from 2014 to 2023, where the MFA is entrusted by the EU with the implementation of actions in indirect management. The evaluation will not cover delegated cooperation between the EU and the MFA, where the MFA acts as delegator and the EU as the entrusted delegate. The evaluation will focus on the benefits, challenges, and overall relevance of the modality of delegated cooperation from the delegates perspective. In addition, the partner countries perspectives will be explored through case studies. The perspectives of the EU administration will only be considered insofar as they have direct implications for the use of the modality as seen from the perspective of the entrusted delegate and the partner countries. In terms of the OECD/DAC evaluation criteria, the focus is expected to be mainly on relevance, coherence and efficiency. In relation to the criteria of effectiveness and sustainability, this shall be addressed in relation to the assessment of whether and how the delegated cooperation as an aid modality has been conducive to achieving effective and sustainable results. Impact is not expected to be in focus. Due to the limited number of delegated cooperations between the MFA and the EU, the evaluation is expected to cover the entire portfolio (see approach and methodology). Additionally, in-depth case studies based on country visits are required for a select number of delegated cooperations. These case studies will encompass up to three countries - two in Africa and one in Asia – and are expected to include a maximum of five examples of delegated cooperations. To enhance the overall findings and recommendations, the evaluation will further incorporate insights from at least two like-minded donors. This will be based on a portfolio overview based on available documentation, interviews at the HQs of these donors and a comparison of guidelines and procedures for involvement. Sweden and the Netherlands are preliminary suggested for this comparison, but the final selection will be made in the inception phase. Further, the evaluation will incorporate experience and insights from the Practitioners’ Network for European Development Cooperation, led by Expertise France, based on document review and interviews. Overall, in terms of travel then, the evaluation shall plan with visits to three partner countries, two in Africa and one in Asia, to be finally selected during the inception phase; visits to MFA HQ in Copenhagen; visits to HQ of two like-minded donors involved in delegated cooperation with the EU (expected to be Sweden and the Netherlands) and a visit to the EU administration in Brussels. Interviews with stakeholders in other partner countries, likeminded donors etc. are also expected, and may be undertaken remotely. To allow for a comparison of the use of delegated cooperation by Denmark and other EU member countries, the evaluation will also establish an overview of all EU funds for Official Development Assistance (ODA) under indirect management over the period, categorised by year and entrusted country/organisation, based on available information.
Procedure identifier : 9754f740-eb91-4a6f-b665-535ce8c5e03d
Internal identifier : 24-18288
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Economic operators may only submit one request to participate and tender. Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to grounds for exclusion and that the economic operator fulfils the requirements for economic and financial standing and technical and professional ability. When the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD. In Part III.A-C of the ESPD, economic operators must answer whether they are subject to grounds for exclusion, listed in section 2.1.6 of this contract notice. An economic operator is not required to answer whether it is subject to purely national exclusion grounds, cf. Part III.D of the ESPD. The contracting authority cannot exclude an economic operator from the procurement procedure when the economic operator has provided sufficient documentation proving its reliability, even if the economic operator is subject to one or more of the grounds for exclusion. Thus, the contracting authority can only exclude an economic operator from the procurement procedure when the contracting authority has informed the economic operator that it is subject to a ground for exclusion, and the economic operator has not provided sufficient documentation of its reliability within a reasonable deadline set by the contracting authority. Notwithstanding, an economic operator who has been excluded by final judgment from participating in procurement or concession award procedures shall be excluded from the procurement procedure during the exclusion period resulting from that judgment in the Member States where the judgment is effective. In Part IV.B-C of the ESPD, economic operators must provide information on economic and financial standing and technical and professional ability, listed in section 5.1.9 of this contract notice. The contracting authority has a maximum budget of DKK 2,900,000 net of VAT in relation to the procurement. Tenders will be rejected if they exceed the contracting authority's maximum budget. The assignment will include evaluation of activities related to delegated cooperation with the EU since 2014, where either Danida or Sida is/was the delegate. Therefore, economic operators must submit declarations of prior and ongoing involvement from the economic operator and each involved Key Staff. Decisions on whether a conflict of interest or unfair competition exists rest with the contracting authority and are made on a case-by-case basis. 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 2023/1214 of 23 June 2023. 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 2023/1214 of 23 June 2023. Please refer to the procurement document Instructions to Tenderers for more information regarding the procurement procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 75211200 Foreign economic-aid-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The evaluation will require meetings at the Ministry of Foreign Affairs of Denmark in Copenhagen as well as a final workshop in Copenhagen.

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The evaluation will require visits to HQ of two like-minded donors involved in delegated cooperation with the EU (expected to be Sweden and the Netherlands) and a visit to the EU administration in Brussels.

2.1.2 Place of performance

Anywhere
Additional information : The evaluation will require visits to three partner countries, two in Africa and one in Asia, to be finally selected during the inception phase.

2.1.3 Value

Estimated value excluding VAT : 2 900 000 Danish krone

2.1.4 General information

Additional information : 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 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. 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 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. Economic operators are encouraged to submit all necessary documentation as early as possible. 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 market and economic considerations. Economic operators will not receive remuneration for their participation in the procedure.
Legal basis :
Directive 2014/24/EU
https://www.retsinformation.dk/eli/lta/2023/10 - The procurement procedure is governed by Danish law and the rules applicable hereunder, specifically the Danish Public Procurement Act.

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator is in a situation like bankruptcy under a corresponding procedure provided for in national law where the economic operator is established, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Bankruptcy : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been declared bankrupt, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Corruption : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for bribery as defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, and Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ 2003, L 192, p. 54) and bribery as defined in the national law of the economic operator’s Member State or home country or the country in which the economic operator is established, cf. section 135(1)(2) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Arrangement with creditors : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator is in an arrangement with creditors, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Participation in a criminal organisation : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for acts committed as part of a criminal organization as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (OJ 2008, L 300, p. 42), cf. section 135(1)(1) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Money laundering or terrorist financing : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for money laundering or terrorist financing as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ 2005, L 309, p. 15), cf. section 135(1)(5) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Fraud : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for fraud as referred to in Article 1 of the Convention on the protection of the European Communities' financial interests, cf. section 135(1)(3) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Child labour and other forms of trafficking in human beings : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for violation of Section 262a of the Danish Penal Code or, with regard to a judgment from another country concerning child labor and other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ 2011, L 101, p. 1), cf. section 135(1)(6) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Insolvency : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been under insolvency proceedings, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Assets being administered by liquidator : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator’s assets are being administered by a liquidator or by the court, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The contracting authority shall exclude an economic operator from participation in the procurement procedure when the contracting authority can demonstrate that the economic operator in the specific procurement has provided grossly misleading information, withheld information, or is unable to submit supplementary documents regarding the grounds for exclusion, cf. sections 135(1), 135(3) or 137(1)(2), the established minimum suitability requirements, cf. sections 140-144, or the selection, cf. section 145, cf. section 136(3) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Purely national exclusion grounds : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator is established in a country that is listed on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the public procurement market to economic operators established in the respective country, cf. section 134a of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : The contracting authority shall exclude an economic operator from participation in the procurement procedure when the contracting authority can demonstrate that a conflict of interest in relation to the specific procurement cannot be effectively remedied by less intrusive measures, cf. section 136(1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure : The contracting authority shall exclude an economic operator from participation in the procurement procedure when the contracting authority can demonstrate that a distortion of competition, cf. section 39, due to the prior involvement of the economic operators in the preparation of the procurement procedure in relation to the specific procurement cannot be effectively remedied by less intrusive measures, cf. section 136(2) of the Danish Public Procurement Act.
Guilty of grave professional misconduct : The contracting authority shall exclude an economic operator from participation in the procurement procedure when the contracting authority can demonstrate that the economic operator is guilty of grave professional misconduct, which renders its integrity questionable, cf. section 136(4) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Payment of social security contributions : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has unpaid overdue debt of DKK 100,000 or more to public authorities concerning contributions to social security schemes under Danish law or the law of the country in which the economic operator is established, cf. section 135(3) of the Danish Public Procurement Act. Notwithstanding, the economic operator is not excluded when the economic operator has entered into an agreement with the collection authority on a repayment plan and this plan is being adhered to, cf. section 135(4) of the Danish Public Procurement Act, or the economic operator provides security for the payment of the part of the debt that is DKK 100,000 or more, cf. section 135(5)(2) of the Danish Public Procurement Act.
Business activities are suspended : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator’s business activities have been suspended, cf. section 137(1)(2) of the Danish Public Procurement Act. The contracting authority will exclude an economic operator from participating in the procurement procedure for 3 years from the date of the relevant event or action, cf. section 138(6) of the Danish Public Procurement Act.
Payment of taxes : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has unpaid overdue debt of DKK 100,000 or more to public authorities concerning taxes or duties under Danish law or the law of the country in which the economic operator is established, cf. section 135(3) of the Danish Public Procurement Act. Notwithstanding, the economic operator is not excluded when the economic operator has entered into an agreement with the collection authority on a repayment plan and this plan is being adhered to, cf. section 135(4) of the Danish Public Procurement Act, or the economic operator provides security for the payment of the part of the debt that is DKK 100,000 or more, cf. section 135(5)(2) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for terrorist acts or offenses related to terrorist activities as defined in Articles 1, 3, and 4 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (OJ 2002, L 164, p. 3) as amended by Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (OJ 2008, L 330, p. 21), cf. section 135(1)(4) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Evaluation of Development Cooperation through Delegated Partnerships with the EU
Description : The evaluation will cover delegated cooperation between the EU and the MFA (central MFA or embassies) over the ten-year period from 2014 to 2023, where the MFA is entrusted by the EU with the implementation of actions in indirect management. The evaluation will not cover delegated cooperation between the EU and the MFA, where the MFA acts as delegator and the EU as the entrusted delegate. The evaluation will focus on the benefits, challenges, and overall relevance of the modality of delegated cooperation from the delegates perspective. In addition, the partner countries perspectives will be explored through case studies. The perspectives of the EU administration will only be considered insofar as they have direct implications for the use of the modality as seen from the perspective of the entrusted delegate and the partner countries. In terms of the OECD/DAC evaluation criteria, the focus is expected to be mainly on relevance, coherence and efficiency. In relation to the criteria of effectiveness and sustainability, this shall be addressed in relation to the assessment of whether and how the delegated cooperation as an aid modality has been conducive to achieving effective and sustainable results. Impact is not expected to be in focus. Due to the limited number of delegated cooperations between the MFA and the EU, the evaluation is expected to cover the entire portfolio (see approach and methodology). Additionally, in-depth case studies based on country visits are required for a select number of delegated cooperations. These case studies will encompass up to three countries - two in Africa and one in Asia – and are expected to include a maximum of five examples of delegated cooperations. To enhance the overall findings and recommendations, the evaluation will further incorporate insights from at least two like-minded donors. This will be based on a portfolio overview based on available documentation, interviews at the HQs of these donors and a comparison of guidelines and procedures for involvement. Sweden and the Netherlands are preliminary suggested for this comparison, but the final selection will be made in the inception phase. Further, the evaluation will incorporate experience and insights from the Practitioners’ Network for European Development Cooperation, led by Expertise France, based on document review and interviews. Overall, in terms of travel then, the evaluation shall plan with visits to three partner countries, two in Africa and one in Asia, to be finally selected during the inception phase; visits to MFA HQ in Copenhagen; visits to HQ of two like-minded donors involved in delegated cooperation with the EU (expected to be Sweden and the Netherlands) and a visit to the EU administration in Brussels. Interviews with stakeholders in other partner countries, likeminded donors etc. are also expected, and may be undertaken remotely. To allow for a comparison of the use of delegated cooperation by Denmark and other EU member countries, the evaluation will also establish an overview of all EU funds for Official Development Assistance (ODA) under indirect management over the period, categorised by year and entrusted country/organisation, based on available information.
Internal identifier : 24-18288

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 75211200 Foreign economic-aid-related services
Options :
Description of the options : Sweden may potentially take on a more active role in the evaluation. If this occurs, the evaluation will need to assess the entire Swedish portfolio of delegated cooperation with the EU in a more comprehensive manner, mirroring the approach used for the Danish portfolio, and evaluation questions will apply to both the Swedish and the Danish experiences. However, a more active role for Sweden will not increase the number of in-country visits or the number of case studies to be conducted (but rather entails that the selection of countries and cases will be done so as to include both examples of Danish and Swedish delegated cooperation). The additional services and deliveries related to Sweden’s more comprehensive involvement shall be performed by the designated Key Staff in accordance with the agreed rates. To accommodate this possibility, a lump sum is allocated in the budget. The lump sum is set aside for the additional activities foreseen to be relevant, such as i.a. including Sweden in a survey, more interviews and reporting. The decision regarding Sweden’s involvement will be made before the evaluation enters the inception phase. The option to include the additional services and deliveries shall become effective on the date of the Client's written approval of the description of the additional services and work plan.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The evaluation will require meetings at the Ministry of Foreign Affairs of Denmark in Copenhagen as well as a final workshop in Copenhagen.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : The evaluation will require visits to HQ of two like-minded donors involved in delegated cooperation with the EU (expected to be Sweden and the Netherlands) and a visit to the EU administration in Brussels.

5.1.2 Place of performance

Anywhere
Additional information : The evaluation will require visits to three partner countries, two in Africa and one in Asia, to be finally selected during the inception phase.

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 30/11/2025

5.1.5 Value

Estimated value excluding VAT : 2 900 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : 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 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. 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 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. Economic operators are encouraged to submit all necessary documentation as early as possible. 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 market and economic considerations. Economic operators will not receive remuneration for their participation in the procedure.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Average yearly turnover
Description : The economic operator is required to have an average yearly turnover of minimum DKK 5,800,000 for the last 2 financial years available (where the economic operator can present annual reports). 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, and 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.
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : For service contracts: performance of services of the specified type
Description : The economic operator is required to have performed (entered into, ongoing or finalized) minimum 1 relevant contract regarding an independent evaluation that includes EU support to development within the last 5 years. 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. If more than 5 economic operators fulfil the minimum requirements to economic and financial standing and technical and professional ability, the contracting authority will select the candidates based on the information concerning technical and professional ability in relation to the object of this procurement. In the selection, the contracting authority will specifically emphasise: (1) the number of contracts that fulfil the minimum requirements to technical and professional ability, as defined above; (2) the extent to which the performed contracts compare to the description of this procurement, including (a) the extent to which the performed contracts concern evaluations of bilateral support, (b) the extent to which the performed contracts concern evaluations of EU development cooperation, (c) the extent to which the performed contracts concern evaluations covering a span of 5+ years, (d) the extent to which the performed contracts concern evaluations that address issues of financial management and reporting practices of donors and implementing partners, (e) the extent to which the performed contracts concern evaluations in different regions of the world; (3) the extent to which the contracts are performed for clients comparable to the Ministry of Foreign Affairs of Denmark. 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, and the specific parts of the contract must be performed by the economic operators or entities with the required technical and professional abilities. The economic operator may fill in a list of maximum 5 contracts (i.e. from all involved economic operators in a group of economic operators and/or other supporting entities) within the last 5 years. 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). 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Adequacy of Methodology and Work Plan
Description : Includes the following sub-criteria: Technical Approach and Methodology; Work plan; Organisation; and Quality Assurance and BIMP. Please refer to the procurement document Criteria and Method of Evaluation for more information and the weight of the sub-criteria.
Weight (percentage, exact) : 36
Criterion :
Type : Quality
Name : Qualifications and Competence of Key Staff
Description : The contracting authority will evaluate qualifications and competence of the Key Staff. Please refer to the procurement document Criteria and Method of Evaluation for more information and the weight of sub-criteria.
Weight (percentage, exact) : 54
Criterion :
Type : Price
Name : Price
Description : The contracting authority will evaluate the price based on the contract price. Please refer to the procurement document Criteria and Method of Evaluation for more information.
Weight (percentage, exact) : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 11/10/2024
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/10/2024 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy ( https://um.dk/en/danida/anti-corruption) and the principles of the UN Global Compact ( 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.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : 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. Complaint guidelines (in English) can be found at: https://naevneneshus.dk/media/9802/complaint-guidelines.pdf

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Ministry of Foreign Affairs of Denmark
Registration number : 43271911
Department : Department for Evaluation, Learning and Quality (LEARNING)
Postal address : Asiatisk Plads 2
Town : Copenhagen
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Eva Broegaard
Telephone : +45 33920000
Internet address : https://um.dk/en/danida
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 1e7baee3-d437-4714-8a5d-2dcedebd31a6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2024 17:38 +00:00
Notice dispatch date (eSender) : 03/09/2024 17:46 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00533827-2024
OJ S issue number : 173/2024
Publication date : 05/09/2024