Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Guidance services for newly arrived asylum seekers (information programme) - stage 1 (prequalification)
Reference number: 22/26719
II.1.2)Main CPV code79140000 Legal advisory and information services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of the procurement is to enter into a contract for a guidance service for newly arrived asylum seekers (information programme). The information programme will ensure that persons who apply for protection in Norway receive an offer of guidance when filing an application for protection.
Click here: https://permalink.mercell.com/195579565.aspx.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)75100000 Administration services
75121000 Administrative educational services
75231000 Judicial services
79100000 Legal services
80400000 Adult and other education services
80521000 Training programme services
85000000 Health and social work services
85312300 Guidance and counselling services
II.2.3)Place of performanceNUTS code: NO081 Oslo
NUTS code: NO08 Oslo og Viken
NUTS code: NO082 Viken
Main site or place of performance:
II.2.4)Description of the procurement:
UDI needs an information and guidance service for newly arrived asylum seekers. The right to an offer of guidance is pursuant to the alien regulations §17-17 (guidance on legal help), second and third paragraphs.
Foreigners who apply for protection, and who do not have a right to free legal guidance, must be given an offer of individual guidance from an independent organisation for when their application is filed, unless a scheme has been implemented for group protection, cf. the Act § 34.
The provision states that the guidance must be given in a language that the foreigner can understand.
The aim of the service is to ensure that asylum seekers in Norway get sufficient information in the arrivals phase to be able to present their case in the best possible way. Applicants must be given a realistic basis so that they can asses their possibilities for protection in Norway. The information must also prepare applicants for an interview with UDI, as well as ensure that the application that is filed is as correct as possible, and that it gives a good basis to get their case assessed according to Norwegian law. Furthermore, applicants must be given a realistic basis so that they can assess their chances of being granted protection in Norway.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The tender contest is initiated with a qualification phase. Only tenderers that fulfil the qualification requirements and that have been invited to continue in the process will be able to submit tender offers.
If more than five qualified tenderers submit a request for participation in the contest, the contracting authority will rank the tenderers according to what degree the described comparable assignments are relevant for this procurement, and only invite the five best to submit a tender.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers must be a legally established company. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Verification that the tenderer is registered in a company register or a trade register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
Minimum level(s) of standards possibly required:
- A credit rating based on the most recent financial figures. The rating must be carried out by a credit rating agency with a licence to provide such service.
- The contracting authority can obtain further credit ratings or other financial information such as, but not limited to, the annual accounts including notes, the board's annual reports, and the auditor's reports.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Impartiality/independence requirement
Tenderers must have experience from comparable assignments.
Minimum level(s) of standards possibly required:
Impartiality/independence requirement. Documentation requirement: Tenderers must not have interests in, or take part in the case management of asylum applications, or be part of the alien field, or could be included in such, in a way that can influence the execution of the assignment. The requirement is to be documented by an account of independence and impartiality.
Tenderers must have experience from comparable assignments. Documentation requirement: The description must include an indication of the assignment's content, scope, value, dates and recipients. It is the tenderer's responsibility to confirm relevance through the description. Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/03/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 10/03/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:31/01/2023