23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Transportmagasinet
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
28.03.2025
Udbudstype
Andre

Udbyder

Ministry of Foreign Affairs

Tender for Assistance with administration of DANIDA bilateral advisers


Ministry of Foreign Affairs

200699-2025 - Competition
Denmark – Personnel and payroll services – Tender for Assistance with administration of DANIDA bilateral advisers
OJ S 62/2025 28/03/2025
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Ministry of Foreign Affairs
Email larpou@um.dk
Legal type of the buyer Central government authority
Activity of the contracting authority Economic affairs
2. Procedure
2.1.
Procedure
Title Tender for Assistance with administration of DANIDA bilateral advisers
Description The procurement procedure concerns assistance with administration of DANIDA bilateral advisers directly employed by the Ministry of Foreign Affairs (MFA). The purpose of the Assignment is to ensure efficient and timely administration of DANIDA bilateral advisers. The Assignment includes HR management of DANIDA bilateral advisers. The Consultant shall handle all practical issues that may arise in connection with posting of seconded DANIDA bilateral advisers, such as, but not limited to: • issuing contracts, • negotiating salary calculation with new bilateral advisers according to Danida staff rules. The salary has to be approved by MFA or embassy. • secure correct tax information to tax authorities, • obtain tax exemption for the bilateral advisers, • handle insurance issues, • obtain from the bilateral adviser his/her health screening made by a medical doctor • arrange flight tickets, • arrange moving of goods to his/her duty station, and • in case of an extension of a bilateral adviser then take necessary steps in this regard. Furthermore, the Consultant is required to: • obtain information about the expenses the embassies have incurred on behalf of bilateral advisers every second month, e.g. house rent and kindergarten/school. This information must be reported to the Danish taxation authorities as taxable income, • ensure that pension contributions are paid from the salary to the bilateral advisers’ pension fund. In this connection, inform, but not advise, the bilateral advisers that a § 53 A scheme can be applied, • ensure payment to Forenede Gruppeliv of life insurance, and • ensure that the bilateral advisers are regularly informed that they must use their entitled vacation.
Procedure identifier 527e48fe-cbc6-4c0b-9478-a35ae557e2bd
Internal identifier 24/51699
Type of procedure Open
The procedure is accelerated no
Main features of the procedure 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 Economic operators may only submit one application (request to Participate) or tender. Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence, that the economic operator is not subject to exclusion grounds and that the economic operator fulfils the requirements for economic and financial standing and technical and professional ability. When the economic operator is participating together with others or if the economic operator relies on the capacity of other entities, each participating economic operator must provide a separate ESPD. In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds, 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. In addition to the exclusion grounds in section 2.1.6, 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 134a of the Danish Public Procurement Act. Economic operators will not receive remuneration for their participation in the procedure.
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  79631000   Personnel and payroll services
Additional classification   ( cpv ):  63516000   Travel management services, 75211200   Foreign economic-aid-related services, 79211110   Payroll management services, 79420000   Management-related services, 79613000   Employee relocation services
2.1.2.
Place of performance
Anywhere
Additional information The Consultant may be called for ad hoc meetings at the MFA in Copenhagen, with short notice.
2.1.3.
Value
Estimated value excluding VAT 12 000 000,00   DKK
2.1.4.
General information
Additional information 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 Before the contracting authority decides to award the contract, the tenderer, which the contracting authority intends to award the contract to, must present documentation of the information provided in the ESPD. 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 minimization of administration.
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(7) 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(7) 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(7) of the Danish Public Procurement Act.
Participation in a criminal organisation he 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 H: 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 labour 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(7) 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(7) 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(7) 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(7) 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(7) 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 LOT-0000
Title Tender for Assistance with administration of DANIDA bilateral advisers
Description The procurement procedure concerns assistance with administration of DANIDA bilateral advisers directly employed by the Ministry of Foreign Affairs (MFA). The purpose of the Assignment is to ensure efficient and timely administration of DANIDA bilateral advisers. The Assignment includes HR management of DANIDA bilateral advisers. The Consultant shall handle all practical issues that may arise in connection with posting of seconded DANIDA bilateral advisers, such as, but not limited to: • issuing contracts, • negotiating salary calculation with new bilateral advisers according to Danida staff rules. The salary has to be approved by MFA or embassy. • secure correct tax information to tax authorities, • obtain tax exemption for the bilateral advisers, • handle insurance issues, • obtain from the bilateral adviser his/her health screening made by a medical doctor • arrange flight tickets, • arrange moving of goods to his/her duty station, and • in case of an extension of a bilateral adviser then take necessary steps in this regard. Furthermore, the Consultant is required to: • obtain information about the expenses the embassies have incurred on behalf of bilateral advisers every second month, e.g. house rent and kindergarten/school. This information must be reported to the Danish taxation authorities as taxable income, • ensure that pension contributions are paid from the salary to the bilateral advisers’ pension fund. In this connection, inform, but not advise, the bilateral advisers that a § 53 A scheme can be applied, • ensure payment to Forenede Gruppeliv of life insurance, and • ensure that the bilateral advisers are regularly informed that they must use their entitled vacation.
Internal identifier 24/51699
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  79631000   Personnel and payroll services
Additional classification   ( cpv ):  63516000   Travel management services, 75211200   Foreign economic-aid-related services, 79211110   Payroll management services, 79420000   Management-related services, 79613000   Employee relocation services
Options
Description of the options The Client has determined a fixed budget of DKK 300,000 net of VAT for fees and reimbursable expenses in relation to investigation related to the labour market, assistance of recruitment or similar activities which are all additional to the main activities described in the Section A. Any activity to be carried out, financed by the above lump sum, needs prior approval by the Client before it can be initiated. The Client may at any point during the Contract period request these additional services in the form of optional tasks. If the Client requests performance of optional tasks the Client and the Consultant will discuss the scope of the additional services, including the financial and staff implications, and jointly determine the approach to be taken.
5.1.2.
Place of performance
Anywhere
Additional information The Consultant may be called for ad hoc meetings at the MFA in Copenhagen, with short notice.
5.1.3.
Estimated duration
Start date 02/06/2025
Duration end date 31/05/2031
5.1.4.
Renewal
Maximum renewals 1
The buyer reserves the right for additional purchases from the contractor, as described here The Agreement has an option for an extension for 24 months. The decision to extend the Agreement for a further 24 months will be decided minimum 90 days before expiry of the contract.
5.1.5.
Value
Estimated value excluding VAT 12 000 000,00   DKK
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)yes
Additional information 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 Before the contracting authority decides to award the contract, the tenderer, which the contracting authority intends to award the contract to, must present documentation of the information provided in the ESPD. 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 minimization of administration.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Average yearly turnover (minimum level)
Description The economic operator is required to have an average yearly turnover of minimum DKK 24.000.000 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. Each involved economic operator or entity must submit a completed ESPD 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.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

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 one (1) contract within the field of administration of posted staff for clients comparable to the Ministry of Foreign Affairs of Denmark (e.g. a European institution/agency or international organisation or NGOs) within the last 3 years. When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria, that each involved economic operator or entity submits a completed ESPD and that 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 must 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). 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.
Use of this criterion Used
5.1.10.
Award criteria
Criterion
TypePrice
Description Price
Category of award weight criterionWeight (percentage, exact)
Award criterion number 35
Criterion
TypeQuality
Description Quality
Category of award weight criterionWeight (percentage, exact)
Award criterion number 65
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 30/04/2025   12:00:00 (UTC)
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 30/04/2025   12:00:00 (UTC)
Additional information Economic operators will not be allowed to witness the opening of tenders.
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.
A non-disclosure agreement is required 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 Klagenævnet for Udbud
Information about review deadlines : 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
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
Registration number 43271911
Department MULTILATERAL COOPERATION
Postal address Asiatisk Plads 2
Town Copenhagen
Postcode 1448
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
Contact point Lars Finn Poulsen
Email larpou@um.dk
Telephone +45 3392 0263
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
Contact point Klagenævnet for Udbud
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
Contact point Konkurrence- og Forbrugerstyrelsen
Email kfst@kfst.dk
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
Notice information
Notice identifier/version 59c62d7f-c247-4de8-ad08-d471c24e1a8d   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 26/03/2025   10:57:10 (UTC)
Notice dispatch date (eSender) 26/03/2025   14:44:02 (UTC)
Languages in which this notice is officially available English
Notice publication number 200699-2025
OJ S issue number 62/2025
Publication date 28/03/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|