EUACI requires an experienced event management and catering agency in order to provide organization of events including logistical support, booking of conference halls, interpretation services and coffee breaks, etc. during events in Kyiv and in Ukraine.
The scope of the framework agreement includes event management, catering services, accommodation, interpretation services, printing services, photographer services, transportation services and any necessary coordination between the service providers used for the specific event.
Deadline
Fristen for modtagelse af bud var på 2020-03-10.
Indkøbet blev offentliggjort på 2020-02-05.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Event Management and Catering Services
2016-14893
Produkter/tjenester: Tjenester vedrørende økonomisk hjælp til udlandet📦
Kort beskrivelse:
“EUACI requires an experienced event management and catering agency in order to provide organization of events including logistical support, booking of...”
Kort beskrivelse
EUACI requires an experienced event management and catering agency in order to provide organization of events including logistical support, booking of conference halls, interpretation services and coffee breaks, etc. during events in Kyiv and in Ukraine.
The scope of the framework agreement includes event management, catering services, accommodation, interpretation services, printing services, photographer services, transportation services and any necessary coordination between the service providers used for the specific event.
EUACI requires the full cycle of event management services, particularly in Kyiv but also around Ukraine. In 2018, EUACI held around 125-150 events, where around 75 % took place in Kyiv and around 25 % took place in the remaining parts of Ukraine. EUACI estimates a similar number and distribution of events every year in the contract period. In addition, EUACI will require interpretation services in other European countries.
In order to ensure that services are provided on market terms, EUACI will enter into 2 parallel framework agreements, 1 with the primary supplier and 1 with the secondary supplier (the 2 tenderers who submitted the most and second most economically advantageous tender during the procurement procedure) and reopen competition where possible:
— services to be provided more than 10 calendar days after EUACI’s request will be awarded by reopening the competition between the primary supplier and the secondary supplier,
— services to be provided in 10 calendar days or less after EUACI’s request will be awarded by direct award to the primary supplier (because it does not leave time to reopen the competition and receive multiple bids).
The procedure for award of contracts based on the parallel framework agreements is described in further detail in Article VII of the agreement.
In the last 3 years, EUACI’s annual expenses has been between 40 000 EUR and 225 000 EUR net of VAT, depending on the number and size of events. In the contract period, the estimated total value of the framework agreement is between 500 000 EUR and 1 000 000 EUR net of VAT. However, EUACI does not guarantee that the estimated total value is correct or that the actual expenditure will correspond to the estimated total value.
A phase 2 of the programme, with a duration of 5 years, is under preparation and is expected to commence 24.5.2020, the day after phase 1 ends. For provision of services in phase 2, it is under the condition that the EUACI phase 2 programme is agreed between the parties involved: relevant Ukraine authorities, EU and Ministry of Foreign Affairs of Denmark (Danida).
Vis mere Kriterier for tildeling
Omkostningskriterium (navn): Price
Omkostningskriterium (vægtning): 60
Omkostningskriterium (navn): Quality
Omkostningskriterium (vægtning): 40
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 7 500 000 💰
Varighed
Startdato: 2020-05-05 📅
Slutdato: 2025-05-31 📅
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser: The agreement can be extended with 1 year.
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 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 extent to which the performed contracts compare to the description of this procurement,
— the extent to which the performed contracts concern international events (with participants from different countries),
— the extent to which the performed contracts are for clients comparable to the contracting authority (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).
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“An option to extend the agreement 1 year from the completion date is included in the agreement. If the option is executed the same contractual terms and...”
Beskrivelse af mulighederne
An option to extend the agreement 1 year from the completion date is included in the agreement. If the option is executed the same contractual terms and conditions shall apply.
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 eCertis: 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 500 000 EUR for the last 2 financial years available.
When the economic...”
The economic operator is required to have an average yearly turnover of minimum 500 000 EUR 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):
“The economic operator is required to have performed (entered into, ongoing or finalized) minimum 3 contracts within the fields of seminar organisation...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The economic operator is required to have performed (entered into, ongoing or finalized) minimum 3 contracts within the fields of seminar organisation services or event services within the last 3 years. The contracts must include provision of hotel meeting and conference services and catering services.
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:
“When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all...”
Betingelser for opfyldelse af kontrakten
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
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører
Beskrivelse
Påtænkt maksimalt antal deltagere i rammeaftalen: 2
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år:
“The EUACI phase 2 has a duration of five years and the contracting authority has a need for an agreement concerning “Event Management and Catering Services”...”
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år
The EUACI phase 2 has a duration of five years and the contracting authority has a need for an agreement concerning “Event Management and Catering Services” for the entire Phase 2 of the EUACI.
Justification is elaborated in section VI.3.
Vis mere Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-03-10
14:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2020-03-17 📅
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/54435/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 1 application or tender.
Economic operators must submit an 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.
Justification for a 5-year framework agreement, cf. Section IV.1.1).
The EUACI phase 2 has a duration of 5 years and the contracting authority has a need for an agreement concerning ‘Event Management and Catering Services’ for the entire Phase 2 of the EUACI.
In order to deliver ‘Event Management and Catering Services’ a supplier has to prepare and develop an organisation system and engage multiple subcontractors. It will not be proportional to enter into a new contract for the final year of the Phase 2 of EUACI for ‘Event Management and Catering Services’ and thereby request a potential new supplier to organise a set-up for only 1 year. It is therefore assessed that a 5-year agreement is justified and that it is possible to extend the agreement for an additional year (until the end of Phase 2 of the EUACI).
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@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 submitted to the Danish Complaints Board for Public Procurement.
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 2020/S 028-064700 (2020-02-05)
Objekt Omfanget af udbuddet
Kort beskrivelse:
“EUACI requires an experienced event management and catering agency in order to provide organization of events including logistical support, booking of...”
Kort beskrivelse
EUACI requires an experienced event management and catering agency in order to provide organization of events including logistical support, booking of conference halls, interpretation services and coffee breaks etc. during events in Kyiv and in Ukraine.
The scope of the framework agreement includes event management, catering services, accommodation, interpretation services, printing services, photographer services, transportation services and any necessary coordination between the service providers used for the specific event.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 1 000 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“EUACI requires the full cycle of event management services, particularly in Kyiv but also around Ukraine. In 2018, EUACI held around 125-150 events, where...”
Beskrivelse af udbuddet
EUACI requires the full cycle of event management services, particularly in Kyiv but also around Ukraine. In 2018, EUACI held around 125-150 events, where around 75 % took place in Kyiv, and around 25 % took place in the remaining parts of Ukraine. EUACI estimates a similar number and distribution of events every year in the contract period. In addition, EUACI will require interpretation services in other European countries.
In order to ensure that services are provided on market terms, EUACI will enter into two parallel framework agreements, one with the primary supplier and one with the secondary supplier (the two tenderers who submitted the most and second most economically advantageous tender during the procurement procedure) and reopen competition where possible:
— services to be provided more than ten (10) calendar days after EUACI’s request will be awarded by reopening the competition between the primary supplier and the secondary supplier,
— services to be provided in ten (10) calendar days or less after EUACI’s request will be awarded by direct award to the primary supplier (because it does not leave time to reopen the competition and receive multiple bids).
The procedure for award of contracts based on the parallel framework agreements is described in further detail in Article VII of the Agreement.
In the last 3 years, EUACI’s annual expenses has been between EUR 40 000 and EUR 225 000 net of VAT, depending on the number and size of events. In the contract period, the estimated total value of the framework agreement is between EUR 500 000 and EUR 1 000 000 net of VAT. However, EUACI does not guarantee that the estimated total value is correct or that the actual expenditure will correspond to the estimated total value.
A phase 2 of the programme, with a duration of 5 years, is under preparation and is expected to commence 24 May 2020, the day after phase 1 ends. For provision of services in phase 2, it is under the condition that the EUACI phase 2 programme is agreed between the parties involved: relevant Ukraine authorities, EU and Ministry of Foreign Affairs of Denmark (Danida).
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Organisation
Kvalitetskriterium (vægtning): 12
Kvalitetskriterium (navn): Qualifications and competence of key staff
Kvalitetskriterium (vægtning): 28
Pris (justeringskoefficient): 60
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 028-064700
Tildeling af kontrakt
1️⃣
Partiets identifikationsnummer: Primary Supplier
Titel: Event Management and Catering Services
Dato for indgåelse af kontrakten: 2020-07-22 📅
Oplysninger om udbud
Antal modtagne bud: 5
Antal bud, der er modtaget ad elektronisk vej: 5
Navn og adresse på kontrahenten
Navn: LLC ‘Company Toleran’
Postadresse: Lesi Ukrainky Boulevard, Building 8, Office 33
Postby: Kyiv
Postnummer: 01133
Land: Ukraine 🇺🇦
Region: 00 🏙️
URL: http://www.toleran.com.ua🌏
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: EUR 1 000 000 💰
Kontraktens/parcellens samlede værdi: EUR 1 000 000 💰
Oplysninger om underleverandørvirksomhed
Kontrakten vil sandsynligvis blive givet i underentreprise
2️⃣
Partiets identifikationsnummer: Secondary Supplier
Navn og adresse på kontrahenten
Navn: Starmice LLC
Postadresse: Architect Kobelev street, building 1/7
Postnummer: 03049
URL: http://starmice.com.ua/🌏 Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: EUR 1 000 000 💰
Kontraktens/parcellens samlede værdi: EUR 1 000 000 💰
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...”
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/54435/the-public-procurement-act.pdf
Local time in section IV is according to Central European Time (CET) in Denmark.
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.
Justification for a 5-year framework agreement, cf. section IV.1.1: The EUACI phase 2 has a duration of 5 years and the contracting authority has a need for an agreement concerning ‘Event Management and Catering Services’ for the entire Phase 2 of the EUACI. In order to deliver ‘Event Management and Catering Services’ a supplier has to prepare and develop an organisation system and engage multiple subcontractors. It will not be proportional to enter into a new contract for the final year of the phase 2 of EUACI for ‘Event Management and Catering Services’ and thereby request a potential new supplier to organise a set-up for only one year. It is therefore assessed that a 5-year agreement is justified and that it is possible to extend the agreement for an additional year (until the end of Phase 2 of the EUACI).
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:
30 calendar days from the day after the contracting...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:
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 submitted to the Danish Complaints Board for Public Procurement.
Vis mere
Kilde: OJS 2020/S 142-350134 (2020-07-22)