23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 156-358351
Offentliggjort
16.08.2018
Udbudstype
Offentligt udbud

Udbyder

Staten og Kommunernes Indkøbsservice A/S

Vindere

Air Journeys

(17.04.2019)
Norwegian Danmark, Filial af Norwegian Air Shuttle ASA, Norge
2770 Kastrup

Air Journeys

(17.04.2019)
KLM Royal Dutch Airlines
Copenhagen

Air Journeys

(17.04.2019)
Scandinavian Airlines System Denmark-Norway-Sweden
2770 Kastrup

Air Journeys

(17.04.2019)
Emirates
Copenhagen

Air Journeys

(17.04.2019)
Finnair Oy
Copenhagen

Air Journeys

(17.04.2019)
Icelandair
Copenhagen

Air Journeys

(17.04.2019)
Lot Polish Airlines
Copenhagen

Air Journeys

(17.04.2019)
Air France
Copenhagen

Opdateringer

Rettelse
(21.08.2018)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 13-09-2018
Time: 13:00
Read:
Date: 14-09-2018
Time: 13:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 13-09-2018
Time: 13:01
Read:
Date: 14-09-2018
Time: 13:01


Additional information
Due to delays at TED, SKI extends the offer deadline by 24 hours (a day).

Rettelse
(06.09.2018)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 14-09-2018
Time: 13:00
Read:
Date: 18-09-2018
Time: 13:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 14-09-2018
Time: 13:01
Read:
Date: 18-09-2018
Time: 13:01


Additional information
Based on an updated version of Appendix C the deadline for submitting offers is extended

Framework Agreement — Air Journeys


Staten og Kommunernes Indkøbsservice A/S

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Staten og Kommunernes Indkøbsservice A/S
17472437
Zeppelinerhallen
København S
2300
Denmark
Contact person: Niels Munch
E-mail: nmu@ski.dk
NUTS code: DK01

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/18570912-f810-4e25-bf30-a765a8364b89/homepage

Address of the buyer profile: www.ski.dk

I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/18570912-f810-4e25-bf30-a765a8364b89/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/18570912-f810-4e25-bf30-a765a8364b89/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/18570912-f810-4e25-bf30-a765a8364b89/homepage
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Central Purchasing Body

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Framework Agreement — Air Journeys

Reference number: 16.08
II.1.2) Main CPV code
60410000
II.1.3) Type of contract
Services
II.1.4) Short description:

The tendering procedure is conducted as an open procedure in accordance with the Danish Public Procurement Act (udbudsloven) (Act nº 1564 of 15 December 2015). The Framework Agreement concerns air journeys and includes a wide range of routes aiming to best possible satisfy the needs of all SKI's customer segments on the basis of SKI's and SKI's customers' knowledge at the time of invitation to tender. The Framework Agreement is entered into between SKI and the supplier. SKI’s customers are original parties to the Framework Agreement and the parallel Framework Agreements and may therefore use these agreements and comply with their tendering obligation.

II.1.5) Estimated total value
Value excluding VAT: 500 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: 00
II.2.4) Description of the procurement:

The Framework Agreement is an agreement with multiple suppliers where each route will be awarded to three suppliers on the basis of the award criterion "Best price-quality ratio". Each route put up for tender is, in legal terms, considered a separate lot which will be evaluated, awarded and contractually managed individually, including in relation to breach, termination for cause and damages. For administrative purposes, with consideration of both the tenderer and the contracting entity, SKI has technically chosen to put the routes up for tender as one overall Framework Agreement since the contract documents for each route are the same, and since the tender price list, which is part of the tender documents, has been published as one overall list of routes to be filled in. The tenderer is thus to submit only one tender (as opposed to potentially one tender per 522 route put up for tender) by completing the product lines/routes relevant to the individual tenderer. This contributes to reducing the tenderers' transaction costs.

II.2.5) Award criteria
Price 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 system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The Framework Agreement is for 2 years with an option for renewal of 2 x 1 year, i.e. a maximum duration of 4 years in total.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The 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 registers
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required:

It is a minimum requirement that the tenderer had a positive equity in the most recent financial year available.

The tenderer must submit the following documentation of economic and financial standing:

— A financial statement (or extracts therefrom) from the most recent financial year available which includes the equity stated in the ESPD.

Or

— a declaration that the equity informed in the ESPD is accurate, signed by a person authorised (chairman of the board, CEO or similar) to sign for the tenderer.

For groups of operators (e.g. a consortium), the documentation must be submitted for each participating operator in the group. If the tenderer relies on the capacity of supporting entities, the documentation must be provided for those entities as well. As to the completion of the ESPD for the group of economic operators (e.g. a consortium), reference is made to the Tender specifications, clauses 9.2.2, 9.4.

If the tenderer is a consortium, the minimum requirement for equity must be complied with by the consortium as a whole. If the tenderer (including if the tenderer is a consortium) relies on the economic and financial standing of other entities, the minimum requirement for equity must be complied with by the tenderer and the entities on which the tenderer relies as a whole.

III.1.3) Technical and professional ability
III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 097-221443
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/09/2018
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 13/09/2018
Local time: 13:01

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

— It follows from the Danish Public Procurement Act that SKI must require that the tenderer use the European single procurement document (ESPD) in connection with the submission of tender. The ESPD is a self-declaration that serves as preliminary documentation that a tenderer is not subject to any of the exclusion grounds and complies with the suitability criteria, see s.148(1), paras 1-2 of the Danish Public Procurement Act. The tenderer must thus complete and submit the ESPD in connection with submission of tender. With regard to the completion and submission of the ESPD, reference is made to the Tender specifications, clause 9.2.2,

— The tenderer must not be subject to any of the mandatory exclusion grounds set out in ss.135 and 136 of the Danish Public Procurement Act. In this connection, it is pointed out that some of the non-mandatory grounds for exclusion in the procurement directive (Directive 2014/24/EU) have been made mandatory in s.136 of the Danish Public Procurement Act.

Furthermore, the tenderer must not be subject to any of the non-mandatory exclusion grounds set out in the following provisions of the Danish Public Procurement Act:

— S.137(1), para (1) (non-compliance with obligations in the fields of environmental, social and labour law)

— S.137(1), para (2) (bankruptcy etc.)

— S.137(1), para (3) (grave misconduct that renders the tenderer's integrity questionable)

— S.137(1), para (5) (breach of a public contract)

Information in this regard must be indicated in the ESPD form, Part III, sections A, B and C, see details on the ESPD in the Tender specifications, clauses 7.3 and 9.2.2

— The tenderer has the opportunity of receiving additional information about the tender documents by submitting written questions via the tendering page ETHICS. Questions may not be posed in any other way (including by e-mail or telephone) than ETHICS,

— The tender can only be submitted through SKI´s tendering system, ETHICS,

— SKI draws the tenderer’s attention to the server time at the "Tendering page" (in Danish: Udbudssiden) which is shown online and is the time that applies to the timely receipt of tenders. When the tenderer uploads its tender and signs the cover letter, that time will be registered on all the uploaded documents. It should be noted that it is not possible to upload additional documents to ETHICS after the expiry of the deadline for submission of tender,

— If the tenderer is a consortia or group the representative shall upload the documents of the tender in connection with submission of tender on behalf of the consortia or group,

— The estimated turnover per route as indicated, reflects the best possible estimate based on actual consumption in the last year combined with expected future consumption. Neither SKI nor SKI's customers shall be liable to the supplier for this estimate, neither in upwards nor downwards direction, e.g. if market trends and prices have the effect that the requirements of SKI’s customers can be otherwise covered or cause a change of procurement patterns. The supplier thus bears the full commercial risk and responsibility for the financial balance under the Framework Agreement, including the overall pricing, irrespective of the amount of turnover achieved and how the turnover is distributed on the routes put up for tender. Hence, the supplier shall not rely on a claim for failure of basic assumptions concerning these matters. Nor shall the supplier rely on a claim for failure of basic assumptions with reference to any increased or reduced purchasing under other agreements, e.g. in the event of termination for convenience.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
13/08/2018

Send til en kollega

0.117