Tender Details
Title
Norway – Research and development services and related consultancy services – Mapping resident immigrants with D-numbers. Place of performance: Anywhere Main nature of the contract: Services Official name: Arbeids- og inkluderingsdepartementet Type of procedure: Open
Country
Language
English
Organization
Published Date
24.05.2024
Deadline Date
27.06.2024
Overview
306870-2024 - Competition Competition Norway: Research and development services and related consultancy services Mapping resident immigrants with D-numbers. Anywhere Estimated value excluding VAT: 1 500 000,00 NOK Type of procedure: Open Buyer Buyer: Arbeids- og inkluderingsdepartementet Norway, Oslo (NO081), Oslo LOT-0000: Mapping resident immigrants with D-numbers. Research and development services and related consultancy services Anywhere Duration: 6 Months Estimated value excluding VAT: 1 500 000,00 NOK Deadline for receipt of tenders: 27/06/2024 - 10:00:00 (UTC) 306870-2024 - Competition Norway – Research and development services and related consultancy services – Mapping resident immigrants with D-numbers. OJ S 100/2024 24/05/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Arbeids- og inkluderingsdepartementet Legal type of the buyer: Central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Mapping resident immigrants with D-numbers. Description: It is stated in the Tender Notice. St. 17 (2023-2024) About integration policy: Set requirements and set out that a mapping of the extent and consequences of a larger proportion of immigrants living in Norway for a long time and paying tax shall be carried out without being registered as a resident. We would like, among other things, the following assessed: - What is the extent of resident immigrants (residence longer than six months) with D-numbers? - What residence basis do they have - are they EEA citizens or third-country citizens? What are the possible reasons why many immigrants still have D-numbers after longer residences in Norway? - Mapping any challenges that immigrants face when awarding D numbers and F numbers. - What is the Norwegian Tax Administration's practice in awarding F numbers? What possible challenges will the lack of awarding of F numbers for resident immigrants and within what sector areas lead to? - What measures - aimed at both immigrants and the public - are recommended possibly? - Any other relevant, adjoining problems that ought to be highlighted? The work shall start in August 2024 and the final report shall be submitted in February 2025. The estimated value of the procurement is from NOK 1 million excluding VAT to NOK 1.5 million excluding VAT. See annex 1 of the contract for further details on the delivery. Procedure identifier: 2329be4c-35fd-4eb6-b3a9-75196c412c1f Internal identifier: 24/1801 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations), part I and part III after the procurement procedure open tender contest, c.f. the procurement regulations § 13-1(1). The procurement is published in Doffin and TED. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 73000000 Research and development services and related consultancy services Additional classification (cpv): 73110000 Research services, 73200000 Research and development consultancy services, 73210000 Research consultancy services 2.1.2. Place of performance Anywhere 2.1.3. Value Estimated value excluding VAT: 1 500 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion: Analogous situation like bankruptcy under national law: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Bankruptcy: Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the enforceable verdict been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?Corruption as defined in Article 3 of the convention on corruption, involving servicemen in the European Communities or in European Union member states (EUT C 195 of 25.6.1997, s. 1) and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier. Arrangement with creditors: Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Participation in a criminal organisation: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down not more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 in article 2 of The Council ́s framework decision 2008/841/RIA of 24 October 2008 on combating organised crime (EUT L 300 of 11.11.2008, p. 42) Agreements with other economic operators aimed at distorting competition: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Breaching of obligations in the fields of environmental law: Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Money laundering or terrorist financing: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event of a legal verdict been convicted of money laundering or financing terrorism by a judgement handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?Wedding money or financing terrorismAs a rejection period determined directly in the judgement that still applies?White money or financing terrorism. defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15). Fraud: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the legally enforceable verdict been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?Speed as discussed in Article 1 of the convention on protection of the European Communities' financial interests (EFT C 316 of 27.11.1995, p. 48). Child labour and other forms of trafficking in human beings: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, at a legally enforceable verdict been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined as defined in the judgement that still applies?Barnearbeid and other forms of human trafficking as defined in the judgement that still applies?Barneworks and other forms of human trafficking as defined in the judgement that still applies?Barnearbeid as well as other forms of human trafficking as defined as defined in the judgement?<p article 2 of the European Parliament and the Council ́s directive 2011/36/EU of 5. April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1). Insolvency: Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Breaching of obligations in the fields of labour law: Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Assets being administered by liquidator: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: If the tenderer: a) has given grossly incorrect information when notifying the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents that the contracting authority requests. ord) improperly affected the contracting authority's decision making process in order to acquire confidential information that may give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award? Conflict of interest due to its participation in the procurement procedure: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direct or indirect involvement in the preparation of this procurement procedure: Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition? Guilty of grave professional misconduct: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Early termination, damages or other comparable sanctions: Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions? Breaching of obligations in the fields of social law: Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU. Payment of social security contributions: Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in? Business activities are suspended: Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions. Payment of taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in? Terrorist offences or offences linked to terrorist activities: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activity by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Terrorist acts or punishable acts of terrorism. acts relating to terrorist activity as defined in Articles 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision. 5. Lot 5.1. Lot: LOT-0000 Title: Mapping resident immigrants with D-numbers. Description: It is stated in the Tender Notice. St. 17 (2023-2024) About integration policy: Set requirements and set out that a mapping of the extent and consequences of a larger proportion of immigrants living in Norway for a long time and paying tax shall be carried out without being registered as a resident. We would like, among other things, the following assessed: - What is the extent of resident immigrants (residence longer than six months) with D-numbers? - What residence basis do they have - are they EEA citizens or third-country citizens? What are the possible reasons why many immigrants still have D-numbers after longer residences in Norway? - Mapping any challenges that immigrants face when awarding D numbers and F numbers. - What is the Norwegian Tax Administration's practice in awarding F numbers? What possible challenges will the lack of awarding of F numbers for resident immigrants and within what sector areas lead to? - What measures - aimed at both immigrants and the public - are recommended possibly? - Any other relevant, adjoining problems that ought to be highlighted? The work shall start in August 2024 and the final report shall be submitted in February 2025. The estimated value of the procurement is from NOK 1 million excluding VAT to NOK 1.5 million excluding VAT. See annex 1 of the contract for further details on the delivery. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 73000000 Research and development services and related consultancy services Additional classification (cpv): 73110000 Research services, 73200000 Research and development consultancy services, 73210000 Research consultancy services 5.1.2. Place of performance Anywhere 5.1.3. Estimated duration Duration: 6 Months 5.1.5. Value Estimated value excluding VAT: 1 500 000,00 NOK 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) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Tax Certificate Description: Requirements Payment of taxes and duties. Documentation requirement Norwegian tenderers: Tax certificate, not older than six months, confirming that the tenderer has fulfilled his tax, social security and VAT payments, can be ordered and obtained from Altinn by using a separate link on the skatteetaten.no. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Qualification Requirements The tenderer shall be a legally established company. Documentation requirement • Norwegian companies: Company Registration Certificate or printout from the Register of Entities for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be submitted in writing or with reference to BRIS. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Services only Description: Qualification Requirements Tenderers shall have experience from assignments of relevance to the assignment. This means research, review, evaluation work and analysis of problems connected to immigration and labour immigration, the Immigration Act, integration and legal problems around services and services for immigrants. Documentation requirement • Description of the tenderer's up to three most relevant assignments in the last three years. The descriptions must also include the contract value, date and name of the recipient (if possible). Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Average workforce Description: Qualification Requirements Tenderers shall have sufficient capacity to fulfil a contract of an equivalent nature and scope. Documentation requirement • A description of the tenderer's average workforce in the last three years. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Points will be awarded under this award criteria after comparing the tenders ́ total price for the assignment, cf. annex 5 to the contract. Weight (percentage, exact): 10 Criterion: Type: Quality Name: Competence of offered personnel Description: Completed Annex 4 to the contract, Administrative provisions. CV with reference list. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Assignment comprehension Description: Completed Annex 2 of the contract, the Consultant ́s specification of the assignment. Completed annex 3 to the contract, Project and progress plan. Weight (percentage, exact): 50 5.1.11. Procurement documents Deadline for requesting additional information: 12/06/2024 10:00:00 (UTC) Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404146&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=404146&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 27/06/2024 10:00:00 (UTC) Deadline until which the tender must remain valid: 2 024 Years Information about public opening: Opening date: 28/06/2024 10:00:00 (UTC) Terms of 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: Oslo Tingrett Organisation receiving requests to participate: Arbeids- og inkluderingsdepartementet Organisation processing tenders: Arbeids- og inkluderingsdepartementet 8. Organisations 8.1. ORG-0001 Official name: Arbeids- og inkluderingsdepartementet Registration number: 983 887 457 Postal address: Postboks 8019 Dep Town: Oslo Postcode: 0030 Country subdivision (NUTS): Oslo (NO081) Country: Norway Contact point: Arild Haffner Naustdal Email: postmottak@aid.dep.no Telephone: +47 22249090 Internet address: https://www.regjeringen.no/no/dep/aid/id165/ Buyer profile: https://eu.eu-supply.com/ctm/company/companyinformation/index/329002 Roles of this organisation: Buyer Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926725939 Postal address: Postboks 2106 Vika Town: OSLO Postcode: 0125 Country: Norway Email: oslo.tingrett@domstol.no Telephone: +47 22035200 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 2135eb9a-39ff-46cc-9781-930ee1cc4d34 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 23/05/2024 11:49:00 (UTC) Notice dispatch date (eSender): 23/05/2024 12:30:45 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 306870-2024 OJ S issue number: 100/2024 Publication date: 24/05/2024 Czech document download: https://ted.europa.eu/cs/notice/306870-2024/pdf Danish document download: https://ted.europa.eu/da/notice/306870-2024/pdf German document download: https://ted.europa.eu/de/notice/306870-2024/pdf Greek document download: https://ted.europa.eu/el/notice/306870-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/306870-2024/pdf English document download: https://ted.europa.eu/en/notice/306870-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/306870-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/306870-2024/pdf French document download: https://ted.europa.eu/fr/notice/306870-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/306870-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/306870-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/306870-2024/pdf Italian document download: https://ted.europa.eu/it/notice/306870-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/306870-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/306870-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/306870-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/306870-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/306870-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/306870-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/306870-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/306870-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/306870-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/306870-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/306870-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Regulation Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Management Other Justice All Other Legal Services Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Microscope eyepieces, condensers, collectors, tubes, stages and covers Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Dictionaries, maps, music books and other books Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems Maps System, storage and content management software development services Forms Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates
UNSPSC
Profiles Nuts Awards Business cases Mapping Co financing Tax administration Case making services Securities
Regions
Europe Northern Europe Western Europe
Sectors
Services Railways-Rail-Railroad Defence and Security Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert