The current tender is part of the Danish Africa Programme for Peace, phase IV, providing support to African institutions initiatives relating to peace, security and governance on the continent. The programme primarily provides support to the African Union as well as ECOWAS and IGAD.
The work of the consultant is expected to enhance the political and thematic dialogue and communication on African peace, security and governance issues. It will involve:
1) Organisation and facilitation of an annual Africa-Denmark dialogue on peace and security issues; and
2) Communication of the key results being achieved.
Deadline
Fristen for modtagelse af bud var på 2019-05-16.
Indkøbet blev offentliggjort på 2019-04-15.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Dialogue Mechanism and Communication under the Africa Programme for Peace, Phase IV
2016-51764”
Produkter/tjenester: Tjenester vedrørende økonomisk hjælp til udlandet📦
Kort beskrivelse:
“The current tender is part of the Danish Africa Programme for Peace, phase IV, providing support to African institutions initiatives relating to peace,...”
Kort beskrivelse
The current tender is part of the Danish Africa Programme for Peace, phase IV, providing support to African institutions initiatives relating to peace, security and governance on the continent. The programme primarily provides support to the African Union as well as ECOWAS and IGAD.
The work of the consultant is expected to enhance the political and thematic dialogue and communication on African peace, security and governance issues. It will involve:
1) Organisation and facilitation of an annual Africa-Denmark dialogue on peace and security issues; and
2) Communication of the key results being achieved.
1️⃣
Sted for udførelsen: Danmark🏙️
Sted for udførelsen: Extra-Regio NUTS 1🏙️
Hovedsted eller sted for udførelsen: Ethiopia.
Beskrivelse af udbuddet:
“The first aspect entails planning and conducting annual Africa-Denmark Dialogues focused on 1 or 2 key topics that are particularly relevant to the agenda...”
Beskrivelse af udbuddet
The first aspect entails planning and conducting annual Africa-Denmark Dialogues focused on 1 or 2 key topics that are particularly relevant to the agenda of the AU and the Regional Economic Communities as well as aligned with Danish foreign- and security related priorities.
The second aspect will be achieved through development of 4 annual communication-snapshots of important successes from the African institutions’ work on APSA and AGA achieved through Danish support.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 3 000 000 💰
Varighed
Slutdato: 2020-04-30 📅
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Maksimalt antal: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“Candidates will be selected on the basis of the information concerning technical and professional ability, cf. Section III.1.3), in relation to the object...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
Candidates will be selected on the basis of the information concerning technical and professional ability, cf. Section III.1.3), in relation to the object of this contract, cf. Sections II.1.4) and II.2.4).
In the selection, the Contracting Authority will specifically emphasise:
— the number of relevant contracts (as defined in Section III.1.3)),
— the extent to which the relevant contracts compare to the description of this procurement, and
— the extent to which the relevant contracts are performed for clients comparable to the Embassy of Denmark.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The agreement is divided into 2 phases (“Phase 1” and Phase 2”).
Phase 1 runs until 30.4.2020 and the maximum budget for Phase 1 is 1 200 000 DKK net of...”
Beskrivelse af mulighederne
The agreement is divided into 2 phases (“Phase 1” and Phase 2”).
Phase 1 runs until 30.4.2020 and the maximum budget for Phase 1 is 1 200 000 DKK net of VAT.
Phase 2 is optional, and may be awarded to the consultant subject to satisfactory performance during Phase 1.
The extension of the agreement to include the Services in Phase 2 (optional to the client) shall become effective on the date of the client's written notice to proceed (expected period for Phase 2 from 1.5.2020-31.12.2021). The maximum budget for Phase 2 is 1 800 000 DKK net of VAT.
Vis mere Beskrivelse
Yderligere oplysninger:
“The Contracting Authority has a maximum budget of 3 000 000 DKK net of VAT in relation to the procurement. Tenders will be rejected if they exceed the...”
Yderligere oplysninger
The Contracting Authority has a maximum budget of 3 000 000 DKK net of VAT in relation to the procurement. Tenders will be rejected if they exceed the Contracting Authority's maximum budget.
The budget shall be divided and reflect the 2 phases of the programme. A maximum of 1 200 000,00 DKK net of VAT is available for Phase 1 with an option for an additional 1 800 000 DKK net of VAT for Phase 2.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.
An economic operator is excluded from the...”
Liste og kortfattet beskrivelse af betingelserne
In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.
An economic operator is excluded from the procurement procedure if the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been convicted by final judgement or fined within the last 4 years for any of the exclusion grounds relating to the criminal convictions listed in Section 135(1) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it has unpaid overdue debt of 100 000 DKK or more to public authorities in relation to payment of taxes and payment of social security, cf. Section 135(3) of the Danish Public Procurement Act. An economic operator is, however, not excluded where the economic operator provides guarantee of payment of the part of the debt which constitutes 100 000 DKK or more, or where the economic operator has agreed on a repayment scheme with the collection authority and that scheme is observed, cf. Section 135(4).
An economic operator is excluded from the procurement procedure if it is subject to any of the exclusion grounds listed in Sections 136(1)(1) and 136(1)(2) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it within the last 2 years has been subject to any of the exclusion grounds listed in Sections 136(1)(3) and 137(1)(2-3) of the Danish Public Procurement Act.
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/growth/tools-databases/ecertis/
Economic operators are encouraged to submit all necessary documentation as early as possible.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic operator can present annual reports).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an 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 economic and financial standing of other entities, the participating economic operators or the entities referred to are subject to joint and severable 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 severable liability for the performance of the contract.
Economic operators are encouraged to submit all necessary documentation as early as possible.
“The economic operator is required to have an average yearly turnover of minimum 6 000 000 DKK for the last 2 financial years available.
When the economic...”
The economic operator is required to have an average yearly turnover of minimum 6 000 000 DKK for the last 2 financial years available.
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.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In Part IV.C of the ESPD, the economic operator must fill in a list of maximum 5 contracts entered into, ongoing or finalized within the last 3 years...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV.C of the ESPD, the economic operator must fill in a list of maximum 5 contracts entered into, ongoing or finalized within the last 3 years stating a description of the contract (nature and quantity of services from the economic operator and how they compare to the description of this procurement), amount (contract fee received by the economic operator), start date, end date and recipient (name and contact information).
If an economic operator has listed more than 5 contracts, the contracting authority will only read and assess the 5 most recent contracts listed (based on start date).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an 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 technical and professional abilities of other entities, the specific parts of the contract must be performed by the economic operators or entities with the required technical and professional abilities.
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.
Economic operators are encouraged to submit all necessary documentation as early as possible.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“Within the last 3 years, the economic operator is required to have performed (entered into, ongoing or finalized) minimum:
— 1 contract regarding...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
Within the last 3 years, the economic operator is required to have performed (entered into, ongoing or finalized) minimum:
— 1 contract regarding organisation of conferences or workshops on issues related to peace, security or governance, and
— 1 contract regarding communication within the fields of peace, security or governance.
However, a single contract that covers both above mentioned fields (organisation of conferences or workshops; and communication) will also fulfil the minimum requirement. Thus, the economic operators are not necessarily required to have performed 2 individual contracts.
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.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Prior to the signing of the contract, the economic operator must present statements of availability from all non-permanent staff (e.g. project specific...”
Betingelser for opfyldelse af kontrakten
Prior to the signing of the contract, the economic operator must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants).
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.
The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact.
Economic operators can find more information on:
http://um.dk/en/danida-en/about-danida/Danida-transparency/anti-corruption/ https://www.unglobalcompact.org/what-is-gc/mission/principles
Procedure Type af procedure
Begrænset procedure
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2019-05-16
14:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2019-05-24 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available...”
The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf
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://www.udbudssystemet.dk/public/instructions/ETHICS.EO.vejledning.pdf
Local time in section IV is according to Central European Time (CET) in Denmark.
Economic operators may only submit one application 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 minimum 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.
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.
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.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: nh@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Actions regarding requests to participate and selection must be submitted within 20 calendar days from the day after the Contracting Authority has notified...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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,
— 30 calendar days from the day after the Contracting Authority has notified the economic operators that a contract based on a Framework Agreement with reopening of competition has been entered into, or
— 6 months from the day after the Contracting Authority has notified the economic operators of the decisions regarding award of a Framework Agreement.
The complainant must at the same time notify the Contracting Authority that an action has been
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: www.kfst.dk🌏
Kilde: OJS 2019/S 077-183724 (2019-04-15)
Bekendtgørelse om indgåede kontrakter (2019-08-12) Objekt Omfanget af udbuddet
Produkter/tjenester: Offentlig administration, forsvar og socialsikring📦
Kort beskrivelse:
“The Embasy of Ethiopia has entered into an agreement regarding support to African institutions initiatives relating to peace, security and governance on the...”
Kort beskrivelse
The Embasy of Ethiopia has entered into an agreement regarding support to African institutions initiatives relating to peace, security and governance on the continent which is part of the Danish Africa Programme for Peace, phase IV. The programme primarily provides support to the African Union as well as ECOWAS and IGAD.
The work of the consultant is expected to enhance the political and thematic dialogue and communication on African peace, security and governance issues. It will involve:
1) Organisation and facilitation of an annual Africa-Denmark dialogue on peace and security issues; and
2) Communication of the key results being achieved.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 2 995 863 💰
Beskrivelse
Beskrivelse af udbuddet:
“The first aspect entails planning and conducting annual Africa-Denmark Dialogues focused on one or 2 key topics that are particularly relevant to the agenda...”
Beskrivelse af udbuddet
The first aspect entails planning and conducting annual Africa-Denmark Dialogues focused on one or 2 key topics that are particularly relevant to the agenda of the AU and the regional economic communities as well as aligned with Danish foreign- and security related priorities.
The second aspect will be achieved through development of 4 annual communication-snapshots of important successes from the African institutions’ work on APSA and AGA achieved through Danish support.
Vis mere Kriterier for tildeling
Omkostningskriterium (navn): Quality
Omkostningskriterium (vægtning): 90
Omkostningskriterium (navn): Price
Omkostningskriterium (vægtning): 10
Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“The agreement is divided into 2 phases (‘Phase 1’ and ‘Phase 2’).
Phase 1 runs until 30.4.2020 and the maximum budget for Phase 1 is 1 200 000 DKK net of...”
Beskrivelse af mulighederne
The agreement is divided into 2 phases (‘Phase 1’ and ‘Phase 2’).
Phase 1 runs until 30.4.2020 and the maximum budget for Phase 1 is 1 200 000 DKK net of VAT.
Phase 2 is optional, and may be awarded to the Consultant subject to satisfactory performance during Phase 1.
Vis mere Beskrivelse
Yderligere oplysninger:
“The contracting authority has a maximum budget of 3 000 000 DKK net of VAT in relation to the procurement. Tenders will be rejected if they exceed the...”
Yderligere oplysninger
The contracting authority has a maximum budget of 3 000 000 DKK net of VAT in relation to the procurement. Tenders will be rejected if they exceed the contracting authority's maximum budget.
The budget shall be divided and reflect the 2 phases of the programme. A maximum of 1 200 000,00 DKK net of VAT is available for Phase 1 with an option for an additional 1 800 000 DKK net of VAT for Phase 2.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2019/S 077-183724
Tildeling af kontrakt
1️⃣
Titel:
“Consultancy Agreement; Dialogue Mechanism and Communication under the Africa Programme for Peace, Phase IV”
Dato for indgåelse af kontrakten: 2019-08-12 📅
Oplysninger om udbud
Antal modtagne bud: 2
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 2
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 2
Navn og adresse på kontrahenten
Navn: Cowi a/s
Postadresse: Parallelvej 2
Postby: Kongens Lyngby
Postnummer: 2800
Land: Danmark 🇩🇰
Region: Danmark🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: DKK 2 995 863 💰
Supplerende oplysninger Yderligere oplysninger
“The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available...”
Vis mere Gennemgå organ
Postadresse: Toldboden 2
E-mail: klfu@naevneneshus.dk📧 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within: 45 calendar days from the day after the publication...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
The complainant must at the same time notify the contracting authority that an action has been.
Vis mere
Kilde: OJS 2019/S 156-385525 (2019-08-12)