Evaluation of the Danish Energy Partnership Programmes

The Danish Energy Agency (DEA) is an agency under the Danish Ministry of Climate, Energy and Utilities (MCEU). DEA manages the Danish Energy Partnership Programmes (DEPPs), which are programmes that aim to assist public authorities improve policy and regulations in support of a green transition of energy sectors in emerging …

CPV: 75211200 Foreign economic-aid-related services, 79419000 Evaluation consultancy services
Place of execution:
Evaluation of the Danish Energy Partnership Programmes
Awarding body:
Ministry of Foreign Affairs of Denmark
Award number:
24-50662

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Evaluation of the Danish Energy Partnership Programmes
Description : The Danish Energy Agency (DEA) is an agency under the Danish Ministry of Climate, Energy and Utilities (MCEU). DEA manages the Danish Energy Partnership Programmes (DEPPs), which are programmes that aim to assist public authorities improve policy and regulations in support of a green transition of energy sectors in emerging economies. To date, DEPPs have been established in ten different countries, that represent large, emerging economies, whose future energy mix will have a significant impact on global CO2 emissions. DEA manages the programmes, with technical assistance (TA) provided by DEA, the Danish transmission system operator (Energinet) and a consortium of Danish specialised consultants. Additionally, a continuous in-country presence is ensured through energy counsellors at Denmark’s embassies and through the deployment of international Long-Term Advisers (LTAs) within key partner institutions. Finally, the Danish Fellowship Centre delivers technical courses. Although the collective framework of DEPP was first introduced in 2017 with the launch of DEPP II, similar bilateral energy partnership programmes have been implemented by DEA’s Low Carbon Transition Unit (LCTU) since 2012. Meanwhile, while DEPP has been part of the scope for broader thematic evaluations of the Danish Climate Envelope and Danish support to climate change mitigation, no specific programme evaluation has been carried out so far. To document results and support learning for future programming, the Ministry of Foreign Affairs (MFA) is now commissioning an evaluation. The evaluation has the overall dual purpose of supporting accountability and learning in relation to the DEPPs. This entails that the evaluation shall identify, document and assess the results and contribution to change for the DEPPs, and unpack and assess the strengths and weaknesses of the approach to capacity strengthening so as to provide lessons learned and actionable recommendations to inform the design and implementation of future programmes. In accordance with the Danida Evaluation Guidelines and the OECD DAC Quality Standards for Development Evaluation, the tenderer and each involved Key Staff must declare individually regarding engagement in other activities than the tendered evaluation assignment. Decisions on whether a conflict of interest or unfair competition exists rest with the contracting authority and are made on a case-by-case basis. Therefore, the tenderer has submitted declarations of prior and ongoing involvement from the tenderer and each involved Key Staff. The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact. Tenderers can find more information on: https://um.dk/en/danida/anti-corruption and https://www.unglobalcompact.org/what-is-gc/mission/principles.
Procedure identifier : b1ef1d09-3767-46d5-9a91-54ab9d3b18a2
Previous notice : 28d95290-2588-4696-8be7-5772dc21e1f2-01
Internal identifier : 24-50662
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Economic operators could only submit one request to participate and tender. Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to grounds for exclusion and that the economic operator fulfils the requirements for economic and financial standing and technical and professional ability. When the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD. In Part III.A-C of the ESPD, economic operators must answer whether they are subject to grounds for exclusion, 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. The contracting authority cannot exclude an economic operator from the procurement procedure when the economic operator has provided sufficient documentation proving its reliability, even if the economic operator is subject to one or more of the grounds for exclusion. Thus, the contracting authority can only exclude an economic operator from the procurement procedure when the contracting authority has informed the economic operator that it is subject to a ground for exclusion, and the economic operator has not provided sufficient documentation of its reliability within a reasonable deadline set by the contracting authority. Notwithstanding, an economic operator who has been excluded by final judgment from participating in procurement or concession award procedures shall be excluded from the procurement procedure during the exclusion period resulting from that judgment in the Member States where the judgment is effective. In Part IV.B-C of the ESPD, economic operators must provide information on economic and financial standing and technical and professional ability, listed in section 5.1.9 of this contract notice. The contracting authority has a maximum budget of DKK 4,300,000 net of VAT in relation to the procurement. Tenders will be rejected if they exceed the contracting authority's maximum budget. The assignment will include evaluation of Danida-funded projects/programmes. Therefore, economic operators must submit declarations of prior and ongoing involvement from the economic operator and each involved Key Staff. Decisions on whether a conflict of interest or unfair competition exists rest with the contracting authority and are made on a case-by-case basis. 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.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 75211200 Foreign economic-aid-related services

2.1.2 Place of performance

Anywhere
Additional information : The Consultant's evaluation team will propose two to three countries for field visits, among the six focus countries (Mexico, China, South Africa, Vietnam, Indonesia and India), during the inception phase of the evaluation, based on explicit selection criteria. An inception visit must be made to one country. The criteria will be defined by the evaluation team and approved by LEARNING during the inception phase and the choice of criteria must reflect careful and explicit consideration of how the cases will be used and analysed to ensure meaningful contributions to the evaluation conclusions.

2.1.3 Value

Estimated value excluding VAT : 4 300 000 Danish krone

2.1.4 General information

Additional information : This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations. Economic operators will not receive remuneration for their participation in the procedure.
Legal basis :
Directive 2014/24/EU
https://www.retsinformation.dk/eli/lta/2025/116 - The procurement procedure is governed by Danish law and the rules applicable hereunder, specifically the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Evaluation of the Danish Energy Partnership Programmes
Description : The Danish Energy Agency (DEA) is an agency under the Danish Ministry of Climate, Energy and Utilities (MCEU). DEA manages the Danish Energy Partnership Programmes (DEPPs), which are programmes that aim to assist public authorities improve policy and regulations in support of a green transition of energy sectors in emerging economies. To date, DEPPs have been established in ten different countries, that represent large, emerging economies, whose future energy mix will have a significant impact on global CO2 emissions. DEA manages the programmes, with technical assistance (TA) provided by DEA, the Danish transmission system operator (Energinet) and a consortium of Danish specialised consultants. Additionally, a continuous in-country presence is ensured through energy counsellors at Denmark’s embassies and through the deployment of international Long-Term Advisers (LTAs) within key partner institutions. Finally, the Danish Fellowship Centre delivers technical courses. Although the collective framework of DEPP was first introduced in 2017 with the launch of DEPP II, similar bilateral energy partnership programmes have been implemented by DEA’s Low Carbon Transition Unit (LCTU) since 2012. Meanwhile, while DEPP has been part of the scope for broader thematic evaluations of the Danish Climate Envelope and Danish support to climate change mitigation, no specific programme evaluation has been carried out so far. To document results and support learning for future programming, the Ministry of Foreign Affairs (MFA) is now commissioning an evaluation. The evaluation has the overall dual purpose of supporting accountability and learning in relation to the DEPPs. This entails that the evaluation shall identify, document and assess the results and contribution to change for the DEPPs, and unpack and assess the strengths and weaknesses of the approach to capacity strengthening so as to provide lessons learned and actionable recommendations to inform the design and implementation of future programmes. In accordance with the Danida Evaluation Guidelines and the OECD DAC Quality Standards for Development Evaluation, the tenderer and each involved Key Staff must declare individually regarding engagement in other activities than the tendered evaluation assignment. Decisions on whether a conflict of interest or unfair competition exists rest with the contracting authority and are made on a case-by-case basis. Therefore, the tenderer has submitted declarations of prior and ongoing involvement from the tenderer and each involved Key Staff. The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact. Tenderers can find more information on: https://um.dk/en/danida/anti-corruption and https://www.unglobalcompact.org/what-is-gc/mission/principles.
Internal identifier : 24-50662

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 75211200 Foreign economic-aid-related services

5.1.2 Place of performance

Anywhere
Additional information : The Consultant's evaluation team will propose two to three countries for field visits, among the six focus countries (Mexico, China, South Africa, Vietnam, Indonesia and India), during the inception phase of the evaluation, based on explicit selection criteria. An inception visit must be made to one country. The criteria will be defined by the evaluation team and approved by LEARNING during the inception phase and the choice of criteria must reflect careful and explicit consideration of how the cases will be used and analysed to ensure meaningful contributions to the evaluation conclusions.

5.1.3 Estimated duration

Start date : 10/06/2025
Duration end date : 30/04/2026

5.1.5 Value

Estimated value excluding VAT : 4 300 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations. Economic operators will not receive remuneration for their participation in the procedure.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Adequacy of Methodology and Work Plan
Description : Consists of the sub-criteria: Technical Approach and Methodology (50%); Organisation and Work Plan (30%); Quality Assurance and Business Integrity Management Plan (BIMP) (20%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 36
Criterion :
Type : Quality
Name : Qualifications and Competence of Key Staff
Description : Consists of the sub-criteria: Team Leader (50%); Core team members (50%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 54
Criterion :
Type : Price
Name : Price
Description : Price will be evaluated on the basis of the Contract Price as defined in the Agreement and quoted in Appendix 3.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

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.

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 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 -
Organisation signing the contract : Ministry of Foreign Affairs of Denmark

6. Results

Value of all contracts awarded in this notice : 4 299 657 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Leader of tendering party : Nordic Consulting Group A/S
Official name : Dansk Energi Management af 2024 ApS Particip GmbH
Tender :
Tender identifier : Winning tender
Identifier of lot or group of lots : LOT-0000
Value of the tender : 4 299 657 Danish krone
Contract information :
Identifier of the contract : DC3387
Title : Consultancy agreement regarding Evaluation of the Danish Energy Partnership Programmes
Date on which the winner was chosen : 16/05/2025
Date of the conclusion of the contract : 10/06/2025
Organisation signing the contract : Ministry of Foreign Affairs of Denmark

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 7
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Ministry of Foreign Affairs of Denmark
Registration number : 43271911
Department : Department for Evaluation, Learning and Quality (LEARNING)
Postal address : Asiatisk Plads 2
Town : Copenhagen
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Ninja Ritter Klejnstrup
Telephone : +45 33920000
Internet address : https://um.dk/en/danida
Roles of this organisation :
Buyer
Organisation signing the contract

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
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
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 : Nordic Consulting Group A/S
Size of the economic operator : Micro, small, or medium
Registration number : 12852371
Town : Copenhagen
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Email : ncg@ncg.dk
Telephone : +45 43 71 62 00
Internet address : https://ncg.dk/
Roles of this organisation :
Tenderer
Group leader
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : Dansk Energi Management af 2024 ApS
Size of the economic operator : Micro, small, or medium
Registration number : 44954273
Town : Copenhagen
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 8734 0600
Internet address : https://www.dem.dk/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0006

Official name : Particip GmbH
Size of the economic operator : Micro, small, or medium
Registration number : DE142927394
Town : Freiburg
Postcode : 79100
Country subdivision (NUTS) : Freiburg im Breisgau, Stadtkreis ( DE131 )
Country : Germany
Telephone : +49 761 790 74 0
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0007

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

11. Notice information

11.1 Notice information

Notice identifier/version : 3e5adb70-ed32-4135-a680-841a24e12db3 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 10/06/2025 18:39 +00:00
Notice dispatch date (eSender) : 10/06/2025 18:41 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00380414-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025