STYRELSEN FOR UNDERVISNING OG KVALITET has floated a tender for Contract notice: Research and development consultancy services. The project location is Denmark and the tender is closing on 26 Oct 2018. The tender notice number is 420414-2018, while the TOT Ref Number is 27156577. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Research and development consultancy services

Deadline : 26 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27156577

Document Ref. No. : 420414-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : STYRELSEN FOR UNDERVISNING OG KVALITET
Office Name: Styrelsen for Undervisning og Kvalitet
Address: Frederiksholms Kanal 26
Town: Copenhagen
Postal Code: 1220
Contact Point: Anne Fløe

Phone: +45 339250000

Denmark
Email :anne.floe@stukuvm.dk
URL :www.uvm.dk

Tender Details

Object of the contract
Research and development consultancy services

Description: Contract notice: Research and development consultancy services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 73200000, 73000000, 73210000, 73220000, 73300000, 80000000, 73200000, 73000000, 73210000, 73220000, 73300000, 80000000
CPV Description: Research and development consultancy services.

Research and development services and related consultancy services.

Research consultancy services.

Development consultancy services.

Design and execution of research and development.

Education and training services.

Framework agreement on consultancy and research services in the Ministry of Education and associated boards

Reference Number: 18/12266

Offeringestablishes a framework agreement on k0b of consultancy and research services. The main emphasis is on research, development and evaluation services as well as dissemination and remediation of knowledge within the Ministry of Education.

The scope of the agreement covers quantitative and qualitative studies with a primary focus on data collection and analysis. Tasks covered by this agreement are typically karaverified by conducting a qualitative and / or quantitative data collection, after which an analysis or evaluation of the collected data and / or registry data or other existing data (eg administrative data) is performed for the purpose of describing a given subject. Focus is on analysis of existing activities / efforts.

The agreement includes the followingassignments:

a) Analyzes and evaluations, including case analyzes, data collection (eg interviews and questionnaires), process analyzes, impact assessments, register analyzes, econometric analyzes, or the like. Evaluation has a primary focus on analysis of existing activities / activities based on existing or new data collections.

B) Systematic littlepeer studies and research charts and map mapping of practice.

The agreement covers the following additional sub-tasks in dissemination, remediation and competence development, ie. sales of promising practices and research-based knowledge for use:

c) dissemination of research and knowledge through publications and application-oriented materials and tools of trained practitioners in different-formats such as text, video, image and sound.

d) Organization and facilitation of conferences and other activities for knowledge dissemination and competence development.

There are no specific requirements for fitness to pursue the activity in question, including requirements for admission to business or trade registers. The applicant must submit the single European tender document (hereinafter ESPD) indicatingThe following information is available: - Applicant's equity in the latest available accounts, - Applicant's total annual revenue in the most recent financial year.

The ESPD serves as a preliminary proof that applicants meet the minimum eligibility requirements in relation to economic and financial capacity. Prior to the award decision, the bidder that the contracting entity intends to award againstto provide proof that the information in the ESPD is correct.

If the contracting entity so requests, the following financial and financial documentation must be provided:

The company's balance sheet or extract thereof in the most recent available financial statements, the publication of the balance sheet is statutory in the country in which the company is established or other documentation for equityitaly size. For an association of companies (eg a consortium), the information must be provided for each of the participating companies in the association. If the company is based on the economic and financial form of other entities (eg a parent company, a subsidiary or a subcontractor), the information must also be provided for these entities.

Declaration of the company's total turnoverin the latest available financial statements, depending on where the company was established or started its business if the figures for this turnover are available. For an association of companies (eg a consortium), the information must be provided for each of the participating companies in the association. Based on the economic and financial form of other entities (eg. a parent company or a subcontractor), the information must also be provided for these units. Participation in the tender can only be done electronically via the contractor's electronic tender system, cf. point I.3). To access the tender documents, applicants must be registered or register as a user. The safely application contains several editions (versions) of the same documentThe last uploaded version will be valid.

All communication in connection with the procurement procedure, including questions and answers, must be made through the electronic procurement system. Sp0rgsmal concerns The pre-qualification phase must be submitted no later than 15 October. Questions asked after this date will be answered, as soon as they are received, it is time for the contracting entity to obtain the necessary oinformation and notify the answers no later than 6 days before the deadline for the application. Questionnaires received later than 6 days before the deadline of the application can not be expected to be answered. Interested parties should keep themselves informed via the electronic procurement system.

As an application, the applicant must submit an ESPD as a preliminary proof of the provisions of section 148 (3) of the Procurement Act. 1, No. 1-3, mentioned conditions. By one togetherclosure of companies (eg a consortium), a separate ESPD must be submitted for each of the participating economic operators. Safely the applicant is based on the form of other entities, an ESPD must be submitted for each of the entities on which it is based.

The applicant will be excluded from participation in the procurement procedure if the applicant is subject to the provisions of - 135 and 136 of the Public Procurement Actmandatory grounds for exclusion unless the applicant has provided sufficient evidence that it is palpable in accordance with section 138 of the Procurement Act.

Before the award decision, the tenderer to which the contracting entity intends to award the contract must provide documentation for the information provided in the ESPD pursuant to section 151-152 of the Public Procurement Act, cf. - 153.

In applicationIn terms of prequalification, the applicant must indicate whether the application applies to subcontracts 1, 2, 3 or more. If this is not stated, the application is deemed to apply to all 3. The assessment of the applications for Subsection 1, Subsection 2 and Subsection 3, respectively, will be independent. An applicant can thus be prequalified for one part agreement without necessarily being qualified for theanother part agreement. Each candidate can submit an application for a pre-qualification per application. lot. The terms and conditions for the tender are stated in the tender documents.

It is noted that the National Research and Analysis Center for Velfaerd (VIVE) and the Danish Evaluation Institute (EVA) are standing pre-qualified to issue control bids on all sub-agreements. The item under item II.1.4)All suppliers, who are assigned a seat on the framework agreement, are exclusive seats for VIVE and EVA. It will be stated in the mini-tender material if VIVE and / or EVA are invited to submit a control order. In relation to item II.1.5) it is noted that the amount represents a loss over the expected contractual amount for the full term of the contract, including the price of all options and must be understood as et interval of 120, 000, 000 - 190, 000, 000 DKK. The estimate is based on historical consumption over the last 4 years and taking into account future expectations. This shoe is not an expression of a guaranteed purchase. The value can then be changed in bathing up and down direction. Deliveries bear the full commercial risk of any deviations.

In relation to point III.1.2) Economic and-financial capacity is noted that safeguarding applications are a university, the turnover is recorded as the amount received by the university in the education, research and dissemination activities of the university.

The contracting entity may apply the procedure in section 159 (3) of the Public Procurement Act. 5 whose requests or offers do not meet the formal requirements of the tender.

The contracting entity reserves the right to annwreck one or more subcontracts and thus only perform the tender for the remaining subcontract (s).


Internet address (URL): www.uvm.dk

Documents

 Tender Notice