Design consultancy services (Норвегия - Тендер #45783978) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Digitaliseringsdirektoratet Номер конкурса: 45783978 Дата публикации: 05-09-2023 Сумма контракта: 28 863 761 (Российский рубль) Цена оригинальная: 5 200 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
P 02-23 Prequalification - a safe and predictable transition from prison to an independent free life.
Reference number: 2023/1666About the contract
A prerequisite to succeed with release is continuity and good coordination between the Norwegian Correctional Services, different government administration partners, counties, and municipalities. When this coordination does not work there are holes that can prevent a successful release. The system challenges are well documented, whilst there has been little testing of possible multidisciplinary solutions. The goal in this project is to fill in the holes in the release process.
Information/tips for tenderers.
The StimuLab resources are earmarked for procurements of competence in the market. Those who are or who would like to be suppliers for StimuLab projects - read more on tips, information, and previously asked questions here: https://www.digdir.no/stimulab/leverandorer-til-stimulab/1885
See the attached documents in Mercell for further information on this StimuLab procurement.
Note that the submission deadline for the qualification application is 09.00 on the submission date.
Click https://permalink.mercell.com/211118732.aspx.
Short summary of the contract
The Office of the Auditor General"s survey on health, training, and welfare services for prisoners in prison (2022) uncovered weaknesses in several ares in the release process; many who are released from prison do not have housing and have major financial problems. This weakens the possibilities for a successful release back into the community.
The cooperating directorates in the project have a joint assignment in the award letter 2023 to follow-up the Office of the Auditor General"s survey. The directorate group has decided to design the release process as a separate area that this to be worked on.
Good release and integration in society after a served sentence prevents outsiderness, promotes participation in working life and education, and counteracts new criminality. Fewer crimes gives fewer victims of crime and large socio-economic gains.
A prerequisite to succeed with release is continuity and good coordination between the Norwegian Correctional Services, different government administration partners, counties, and municipalities. When this coordination does not work there are holes that can prevent a successful release. There is a lot of insight and updated documentation on the coordination problems in the release process. The system challenges are well documented, whilst there has been little testing of possible multidisciplinary solutions. The goal in this project is to fill in the holes in the release process.
The project
The project name is: "A safe and predictable transition from prison to an independent free life".
Responsible entity (project owner):
The Norwegian Directorate of Correctional Services (KDI), c/o Hildegunn Vollset, Department Director in Strategy and Analysis.
Project Manager: Helene Støversten, KDI
Collaborating entities:
This is a cross-sectorial commitment with participation from five entities: The Norwegian Directorate of Labour and Welfare (AVDIR), the Norwegian Health Directorate (HDIR), the Norwegian Directorate of Education and Training, the County Administrator in Vestland (SFVL), and coordinated and managed by the Norwegian Directorate of Correctional Services (KDI).
Objective of the procurement.
We would like to use this procurement to get the right competence to carry out a good Stimulab project. All StimuLab projects must be in accordance with the triple diamond, and the tenderer must offer competence and implementation of all diamonds even though that we, at the start of project, do not know what the delivery comprises. The diagnosis stage will identify what the delivery will include and the stage of the implementation process.
As the project is part of StimuLab, there must be an open and experimental approach, so it is, therefore, not known in advance what the actual delivery in each project will be. The projects must, however, result in an anchored and obliged system that is either implemented or will be implemented, or a platform for further development. This will depend on the project´s complexity and size and will be clarified further in the dialogue phase.
Budget: NOK 2,600,000 + an option for up to NOK 2,600,000 excluding VAT.
Duration of the contract:
The contract will likely have a duration of up to 12 months.
Automatic extension after the end date
The contract will be automatically extended by six (6) months after the end date, unless the contracting authority notifies the tenderer in writing that it will not be extended. During this period, the contracting authority will assess whether the options should be activated.
Option for further extension of the contract:
The contracting authority reserves the right to extend the contract for up to 24 months and set a new end date. The contracting authority will notify the tenderer of the extension in writing at least 1 month before the end date.
The contract will be automatically extended by six (6) months after the end date, unless the contracting authority notifies the tenderer in writing that it will not be extended. During this period, the contracting authority will assess whether the options should be activated. Option for extension of the contract: The contracting authority reserves the right to extend the contract for up to 24 months and set a new end date.
The selection criteria are in the tender documentation in the Mercell portal.
There is an option to extend the contract for: up to 6 + 24 months. Option for the procurement of further services with a value of up to NOK 2,600,000 excluding VAT.
Registration in a trade register or a company register: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. As described in annex XI of directive 2014/24/EU; tenderers from certain member countries can be required to fulfil other requirements in the mentioned annex. Description of the requirement/documentation: Tenderers must be a legally established company. Norwegian companies must attach a company registration certificate. Foreign companies: Verification that the company is registered in a branch register, company register, professional register, or a trade register, as specified in the legislation of the country in which the tenderer is established.
Additional economic and financial requirement: With regard to any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Description of requirement/documentation: Sufficient economic ability is required to carry out the contractual obligations. Documentation requirement: Tenderers (i.e. the company that has submitted the tender) must attach a credit rating from a certified credit institution/company. The credit report must be based on the last known accounting figures. The credit rating must be a so-called rating (including a credit rating, part judgement and historical rating). The credit score must not be lower than A (creditworthy) or equivalent if a different form of score is used (numbers). Tenders from tenderers with a score lower than A or equivalent (i.e., not credit worthy or credit worthy with security) will not be considered. Recently established Providers shall not have a score lower than AN (worthy of credit, recently established companies) or equivalent if a different form of score is used (assessment of figures).
Education and professional qualifications
The following education and professional qualifications are held by the tenderer and / or (depending on the requirements given in the notice or in the procurement documents) by the senior executives.
Minimum requirements for qualification
Description of the requirement/documentation: The tenderer must have the professional qualifications to carry out the assignment in a good way, see the competence requirements and the competence needs in annex 1, chapter 6. Tenderers can also propose other additional competences that can be relevant for the project, in addition to those that are proposed. Any additional competences that are proposed must be justified. Documentation requirement: Completed template - qualification matrix and completed CV template. The number of consultants that a tenderer can present in their application is limited to 10. (The team will be specified in phase 2 - tender contest). If the competence requirements require collaboration between several tenderers, they must first have a binding agreement that ensures that the contracting authority only has one contract party and one point of contact, Further details are in point 3.3. in the tender documentation.