Mapping living conditions for unaccompanied minors living in asylum centres

UDI has a statutory responsibility to safeguard the care of unaccompanied minors in the reception. There is now a need for more systematic knowledge on the living conditions and welfare situation for this group, in addition to knowledge and recommendations on how we can best safeguard our statutory welfare responsibilities …

CPV: 73000000 Servicios de investigación y desarrollo y servicios de consultoría conexos, 73110000 Servicios de investigación, 73200000 Servicios de consultoría en investigación y desarrollo, 73210000 Servicios de consultoría en investigación
Plazo:
7 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Mapping living conditions for unaccompanied minors living in asylum centres
Organismo adjudicador:
The Norwegian Directorate of Immigration
Número de premio:
24/29720

1. Buyer

1.1 Buyer

Official name : The Norwegian Directorate of Immigration
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Mapping living conditions for unaccompanied minors living in asylum centres
Description : UDI has a statutory responsibility to safeguard the care of unaccompanied minors in the reception. There is now a need for more systematic knowledge on the living conditions and welfare situation for this group, in addition to knowledge and recommendations on how we can best safeguard our statutory welfare responsibilities in practice.
Procedure identifier : 221754b2-4f1a-45c3-9b53-57ab84554a6a
Internal identifier : 24/29720
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The need for knowledge shall be met by entering into a contract with a tenderer who can offer a team consisting of external researchers/consultants who undertake surveys, analyses and interviews, and then present their findings and recommendations in an UDI report.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73110000 Research services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 1 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Mapping living conditions for unaccompanied minors living in asylum centres
Description : UDI has a statutory responsibility to safeguard the care of unaccompanied minors in the reception. There is now a need for more systematic knowledge on the living conditions and welfare situation for this group, in addition to knowledge and recommendations on how we can best safeguard our statutory welfare responsibilities in practice.
Internal identifier : 24/29720

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73110000 Research services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/11/2024
Duration end date : 30/10/2025

5.1.5 Value

Estimated value excluding VAT : 1 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
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)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documentation requirement: As a starting point, the documentation will be obtained through the service eBevis. If this is not possible, the documentation requirements are as follows: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer's two to three most relevant assignments or projects in the last five years. The description must include the assignment/project value, date and contracting authority/owner of the project with a gender neutral preferred (name, telephone number and e-mail address). UDI will contact references if necessary, to clarify the relevance of the assignment/project. Tenderers must nevertheless document relevance to the assignment through the description. When assessing whether the project is relevant, we emphasise the following conditions: - The project/assignment ́s investigation area. - Method/approach used for the execution of the project/assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : (Information on the evaluation model: The assignment is to be delivered on a fixed price. The tenders will therefore be evaluated on the basis of which tender has the best quality within this fixed price in accordance with a point model. The point model converts the quality assessments to points (0-10). The points given for each individual sub-criteria under the award criteria Quality, are adjusted for the criteria ́s stated relative percentage weight, before all the points are then summed up. The tender with the highest total number of points under the award criterium Kvalitet will be awarded the winner of the competition. Award criteria: Quality 100 % Deepening of sub-criteria for the evaluation of Quality: Sub-criteria 1.1: Assignment comprehension (55 %) Under this point, the tenderer ́s description of how the assignment will be carried out and how the tenderer ́s problems, methodology and approach are designed to solve the assignment. The contracting authority will assess the following conditions here: The Tenderer's understanding of the central elements in the assignment (40%) To what degree does the tenderer understand the problems in the assignment? To what degree does the tenderer appropriately relate to the assignment ́s frameworks, as they can be seen through limitations and assumptions stated in the contracting authority ́s description of the assignment? Contributions that the tenderer expects from the contracting authority, including in what phases- how suitable is the plan for this and how good an understanding does the contracting authority of UDI ́s desired role/resource use come into the project? The Tenderer's choice of research design (40%) The contracting authority ́s account and justification for the choice of research design and method - are the choices that are well suited for the project? Does the design appear as appropriate, given the objective of the assignment? To what degree is the research design suitable for facilitating good summary discussions around findings and results? To what degree is the design suitable for facilitating the tenderer to develop well-founded recommendations? To what degree does the tenderer use theoretical and analytical perspectives that are well suited to ensure good professional analyses and discussions? The Tenderer's system for quality assurance (10%) How well suited is the contracting authority ́s plan to quality assure the assignment? Plan for use of a reference group and other relevant cooperation partners (10%) How suitable is the contracting authority ́s plan for the composition of the reference group? How suitable is the contracting authority ́s plan to benefit from the resources in a reference group and any other collaboration partners or environments? Sub-criteria 1.2: Competence and implementation ability (45%) Under this point we assess the tenderer's competence to carry out the assignment and the ability to organise and plan a good execution of the assignment. The offered resources ́ competence and experience (85%) (The tenderer shall document competence and experience of the offered resources, both through CVs and references for each person. The tenderer shall state each resource's share in the execution of the project, preferably as a percentage.) Assessment points for project resources: To what degree the resource has knowledge of immigration management. To what degree the resource has competence in children and youths ́ development and needs. To what degree the resource has knowledge of children's rights. It is advantageous that the resource has experience with projects that examine living conditions. It is advantageous that the resource has knowledge of unaccompanied minors and the responsibility of various sectors for this group. The tenderer ́s mutual evaluation weight under this criteria is proportional to the project co-worker ́s concrete role and weight in the actual execution of the project. Execution of the assignment (15%). How suitable is the progress plan for the project? The tenderer ́s ability to identify relevant risks for the execution and put in suitable measures to help them. To what degree the tenderer ́s offered resources can demonstrate good previous experience for carrying out similar projects in accordance with the agreed frameworks for respectively time and resource use.
Weight (points, exact) : 1
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 : Norwegian
Deadline for requesting additional information : 27/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/236761397.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 07/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 07/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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 : Oslo tingrett
Organisation providing more information on the review procedures : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : The Norwegian Directorate of Immigration
Registration number : 974760746
Postal address : Innspurten 11D
Town : OSLO
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Strategisk anskaffelsesenhet
Telephone : +47 23351500
Internet address : http://www.udi.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

11. Notice information

11.1 Notice information

Notice identifier/version : 3c4bc7ff-8f2d-46f9-815d-6eec3f92acac - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 10:49 +00:00
Notice dispatch date (eSender) : 30/08/2024 11:54 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00525596-2024
OJ S issue number : 170/2024
Publication date : 02/09/2024