External assistance with Monitoring, Evaluation, Accountability and Learning (MEAL) of the Ukraine Transition Programme 2025 - 2028

Since 2004, Denmark has supported Ukraine through development support for the Eastern neighbourhood region, the so-called Neighbourhood Programme. Following the Maidan revolution in Ukraine in 2014, there has been an increasing focus on supporting the country’s progress towards approaching the EU and the advancement of reforms within the areas of …

CPV: 75211200 Wirtschaftshilfe an das Ausland, 79313000 Leistungsüberprüfung, 79419000 Beratung in Sachen Evaluierung
Ausführungsort:
External assistance with Monitoring, Evaluation, Accountability and Learning (MEAL) of the Ukraine Transition Programme 2025 - 2028
Vergabestelle:
Ministry of Foreign Affairs
Vergabenummer:
25/18800

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : External assistance with Monitoring, Evaluation, Accountability and Learning (MEAL) of the Ukraine Transition Programme 2025 - 2028
Description : Since 2004, Denmark has supported Ukraine through development support for the Eastern neighbourhood region, the so-called Neighbourhood Programme. Following the Maidan revolution in Ukraine in 2014, there has been an increasing focus on supporting the country’s progress towards approaching the EU and the advancement of reforms within the areas of good governance, democracy, and human rights, as well as supporting growth, improved labour market conditions, and green energy transition. Ukraine has since February 2022 developed into the largest recipient of Danish development assistance. To provide a long-term strategic framework for the current and future support, Denmark has prepared a Ukraine Transition Programme (UTP) for the period July 2025 – June 2028. The support will cover existing as well as future reconstruction and reform efforts expected to be funded in the programme period, including continued efforts to assist Ukraine in combating corruption and strengthen the country’s anti-corruption institutions. The support under the UTP will be fully aligned with the new Country Strategic Framework for Denmark’s partnership with Ukraine July 2025 – June 2028. The Strategic Framework was approved in spring 2025, and has been developed in consultation and dialogue with Ukrainian partners. The Strategic Framework has guided the identification of support to UTP under the emerging focus areas of the strategy: • Focus area 1: Strengthening resilience and cohesion, and address the urgent needs of populations, including support for early recovery and transition. • Focus area 2: Energy security, green transition and just growth creation of jobs. • Focus area 3: Reforms and EU-accession: consolidating and development of democratic institutions and processes of democratic institutions and processes. The Department for European Neighbourhood (EUNABO) wishes to engage a MEAL Consultant to perform various tasks, such as the following and specified further in Appendix 1 (not exhaustive listing): • Refinement of result frameworks • Reviewing of annual narrative reports from implementing partners • Selected validation of information • Annual reports • Sharing lessons learned • Thematic and cross cutting reporting and deep dives • Completion reports • Financial monitoring The purpose of the Assignment is to enable the Royal Danish Embassy in Kyiv (RDE) and the Embassy Office in Mykolaiv (EOM) together with implementing partners to – if needed and relevant - adjust implementation/activities of projects/partners under the UTP. Moreover, the purpose of the Assignment is to contribute to a flexible and agile implementation and management of the projects/programmes under UTP, including risk management. The objective of the Assignment is to support the EUNABO, RDE and EOM in responding to its MEAL responsibilities including strengthening its monitoring and reporting as well as its adjustment of the risk-matrix of the UTP.
Procedure identifier : 969d61c7-15d5-4fda-a1a8-2afa9ac7d09a
Internal identifier : 25/18800
Type of procedure : Restricted
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. The contracting authority has a maximum budget of DKK 4,694,400 net of VAT for phase 1 and 2, thus excluding the reserve fund for ad-hoc activities, in relation to the procurement. Tenders will be rejected if they exceed the contracting authority's maximum budget. 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 ): 75211200 Foreign economic-aid-related services
Additional classification ( cpv ): 79313000 Performance review services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

2.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : Ukraine, with particular focus on the city of Mykolaiv. The Consultancy will require physical and virtual meetings with EUNABO in Copenhagen.

2.1.3 Value

Estimated value excluding VAT : 5 844 400 Danish krone

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 time limit for receipt of tenders, the candidates, which the contracting authority has invited to tender, must present documentation of the information provided in the ESPD. The contracting authority can accept the following documentation in relation to the exclusion grounds in sections 135(1), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority): (1) Extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2); (2) A declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established, or where the documentation does not cover all the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2) entirely); (3) A solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established). Thus, the contracting authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the contracting authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds. Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/tools/ecertis If an economic operator is entered on an official list of approved economic operators or has an equivalent certificate (e.g. under a national (pre)qualification system), the economic operator may refer to the list in question or present a certificate issued by the competent authority instead of documentation of the information provided in the ESPD. When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all the participating economic operators which identifies the member of the group who can act as an agent on behalf of the group with mandate to establish a legal obligation on behalf of the group in relation to the contracting authority. Economic operators are encouraged to submit all necessary documentation as early as possible. Prior to the signing of the contract, the tenderer, which the contracting authority has awarded the contract to, must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants). This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations.
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

Sources of grounds for exclusion : Notice
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.
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.
Money laundering or terrorist financing : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for money laundering or terrorist financing as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ 2005, L 309, p. 15), cf. section 135(1)(5) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
Participation in a criminal organisation : The contracting authority shall exclude an economic operator from participation in the procurement procedure if the economic operator has been convicted by a final judgment or has accepted a fine for acts committed as part of a criminal organization as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (OJ 2008, L 300, p. 42), cf. section 135(1)(1) of the Danish Public Procurement Act. The contracting authority shall also exclude an economic operator when a person who has been convicted by a final judgment or has accepted a fine for such acts is a member of the economic operator’s board of directors, executive board, or supervisory board. The contracting authority shall also exclude an economic operator if the convicted person has the authority to represent, control, or make decisions in the economic operator’s board of directors, executive board, or supervisory board, cf. section 135(2) of the Danish Public Procurement Act. When the exclusion period is not determined by a final judgment, the contracting authority shall exclude an economic operator from participating in the procurement procedure for 5 years from the date of the final judgment or accepted fine, cf. section 138(6) of the Danish Public Procurement Act.
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.
Child labour and including 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.
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.
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.
Breaching obligation relating to 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.
Breaching obligation relating to 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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : External assistance with Monitoring, Evaluation, Accountability and Learning (MEAL) of the Ukraine Transition Programme 2025 - 2028
Description : Since 2004, Denmark has supported Ukraine through development support for the Eastern neighbourhood region, the so-called Neighbourhood Programme. Following the Maidan revolution in Ukraine in 2014, there has been an increasing focus on supporting the country’s progress towards approaching the EU and the advancement of reforms within the areas of good governance, democracy, and human rights, as well as supporting growth, improved labour market conditions, and green energy transition. Ukraine has since February 2022 developed into the largest recipient of Danish development assistance. To provide a long-term strategic framework for the current and future support, Denmark has prepared a Ukraine Transition Programme (UTP) for the period July 2025 – June 2028. The support will cover existing as well as future reconstruction and reform efforts expected to be funded in the programme period, including continued efforts to assist Ukraine in combating corruption and strengthen the country’s anti-corruption institutions. The support under the UTP will be fully aligned with the new Country Strategic Framework for Denmark’s partnership with Ukraine July 2025 – June 2028. The Strategic Framework was approved in spring 2025, and has been developed in consultation and dialogue with Ukrainian partners. The Strategic Framework has guided the identification of support to UTP under the emerging focus areas of the strategy: • Focus area 1: Strengthening resilience and cohesion, and address the urgent needs of populations, including support for early recovery and transition. • Focus area 2: Energy security, green transition and just growth creation of jobs. • Focus area 3: Reforms and EU-accession: consolidating and development of democratic institutions and processes of democratic institutions and processes. The Department for European Neighbourhood (EUNABO) wishes to engage a MEAL Consultant to perform various tasks, such as the following and specified further in Appendix 1 (not exhaustive listing): • Refinement of result frameworks • Reviewing of annual narrative reports from implementing partners • Selected validation of information • Annual reports • Sharing lessons learned • Thematic and cross cutting reporting and deep dives • Completion reports • Financial monitoring The purpose of the Assignment is to enable the Royal Danish Embassy in Kyiv (RDE) and the Embassy Office in Mykolaiv (EOM) together with implementing partners to – if needed and relevant - adjust implementation/activities of projects/partners under the UTP. Moreover, the purpose of the Assignment is to contribute to a flexible and agile implementation and management of the projects/programmes under UTP, including risk management. The objective of the Assignment is to support the EUNABO, RDE and EOM in responding to its MEAL responsibilities including strengthening its monitoring and reporting as well as its adjustment of the risk-matrix of the UTP.
Internal identifier : 25/18800

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75211200 Foreign economic-aid-related services
Additional classification ( cpv ): 79313000 Performance review services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Options :
Description of the options : In addition to the tasks above, EUNABO has the possibility to request the Consultant to undertake additional activities. These activities, which may relate to various aspects of the MEAL assignment, will be agreed specifically as they arise. Ad-hoc tasks related to MEAL may include: notes supporting learning, cross-project comparisons, annual case stories or analysis, thematic or technical and/or periodic reviews of the UTP Programme/projects, value-for-money assessments, drafting ToRs for studies and mid-term reviews or assistance related to particular opportunities for communication activities. A reserve fund for these optional ad-hoc tasks of DKK 1,150,000 net of VAT is set aside for this purpose in the Agreement. In addition to the ad-hoc activities specified above, the Client and Consultant can at any time agree that Key Staff shall perform other additional services and deliveries similar to the Services. The total budget for payment of such additional services and deliveries cannot exceed 20% of Contract Price net of VAT.

5.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : Ukraine, with particular focus on the city of Mykolaiv. The Consultancy will require physical and virtual meetings with EUNABO in Copenhagen.

5.1.3 Estimated duration

Duration : 46 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The agreement can be renewed for 34 months. The services of the assignment have been divided into two phases. Phase 1 covers 12 months and will run from Q1 of 2026, and an optional phase 2 of approx. 34 months will run until 31 October 2029.

5.1.5 Value

Estimated value excluding VAT : 5 844 400 Danish 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) : 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 time limit for receipt of tenders, the candidates, which the contracting authority has invited to tender, must present documentation of the information provided in the ESPD. The contracting authority can accept the following documentation in relation to the exclusion grounds in sections 135(1), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority): (1) Extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2); (2) A declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established, or where the documentation does not cover all the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2) entirely); (3) A solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established). Thus, the contracting authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the contracting authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds. Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/tools/ecertis If an economic operator is entered on an official list of approved economic operators or has an equivalent certificate (e.g. under a national (pre)qualification system), the economic operator may refer to the list in question or present a certificate issued by the competent authority instead of documentation of the information provided in the ESPD. When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all the participating economic operators which identifies the member of the group who can act as an agent on behalf of the group with mandate to establish a legal obligation on behalf of the group in relation to the contracting authority. Economic operators are encouraged to submit all necessary documentation as early as possible. Prior to the signing of the contract, the tenderer, which the contracting authority has awarded the contract to, must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants). This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Average yearly turnover
Description : The economic operator is required to have an average yearly turnover of minimum DKK 10,000,000 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.
Criterion : References on specified services
Description : The economic operator is required to have performed (entered into, ongoing or finalized) minimum • 1 contract within the field of MEAL, and • 1 contract within quality assurance within development interventions (reviews, appraisals etc.) in developing countries within the last 3 years. MEAL means a long-term performance review and evaluation of the implementation and results of a development programme. A reference related to an ‘independent evaluation’ carried out for an evaluation unit of a development organisation will not be considered as a ‘MEAL’ reference. Neither will an award of a framework agreement be (but the economic operator may refer to the contracts awarded under the framework agreement). 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.
Criterion : References on specified services
Description : Objective criteria for choosing the limited number of candidates (performance of services of the specified type) The contracting authority will select 5 candidates to be invited to submit tenders. If more than 5 candidates fulfill the minimum requirements to economic and financial standing and/or technical and professional standing, the candidates will be selected on the basis of the information concerning technical and professional standing, in relation to the object of this contract. In the selection, the contracting authority will specifically emphasise: - The extent to which the performed contracts compare to the description of this procurement - The number of relevant contracts within the fields of review, monitoring and project preparation preferably in Ukraine - The extent to which the contracts are performed for clients comparable to the Ministry of Foreign Affairs of Denmark (e.g. a European institution/agency or international organisation, a Ministry or any other national or federal authority, including their regional or local subdivisions, or a national or federal agency/office)
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 20/10/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 13/10/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy ( https://um.dk/en/danida/anti-corruption) and the principles of the UN Global Compact ( https://www.unglobalcompact.org/what-is-gc/mission/principles). The contract includes a labour clause concerning conditions on pay and work for the staff assigned for the performance of the contract.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Actions regarding requests to participate and selection must be submitted within 20 calendar days from the day after the contracting authority has notified the economic operators of the decisions regarding selection. Other actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within: 45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU. Complaint guidelines (in English) can be found at: https://naevneneshus.dk/media/9802/complaint-guidelines.pdf
Organisation providing additional information about the procurement procedure : Ministry of Foreign Affairs
Organisation providing offline access to the procurement documents : Ministry of Foreign Affairs
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Ministry of Foreign Affairs
Organisation processing tenders : Ministry of Foreign Affairs

8. Organisations

8.1 ORG-0001

Official name : Ministry of Foreign Affairs
Registration number : 43271911
Department : Department for European Neighbourhood (EUNABO)
Postal address : Asiatisk Plads 2
Town : Copenhagen
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Karin Nielsen
Telephone : +45 3392 0794
Internet address : https://um.dk/en/danida
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
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 : 2ac81080-7f52-4899-9e80-d84bbb2e8f51 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 21:51 +00:00
Notice dispatch date (eSender) : 10/09/2025 08:56 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00592830-2025
OJ S issue number : 174/2025
Publication date : 11/09/2025