Framework agreement for travel agency services

Statnett SF needs to procure a framework agreement for travel agency services. The objective of the procurement is to enter into a framework agreement for travel agency services that contribute to reduced total costs, reduced transaction costs, increased use of digital systems, and better security for Statnett ́s employees. Statnett …

CPV: 63000000 Servicios de transporte complementarios y auxiliares; servicios de agencias de viajes, 63516000 Servicios de gestión de viajes, 63500000 Servicios de agencia de viajes, operadores turísticos y asistencia al turista, 63510000 Servicios de agencias de viajes y servicios similares, 63511000 Organización de viajes combinados, 63512000 Servicios de venta de billetes y de viajes combinados, 63515000 Servicios de viajes, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79900000 Servicios comerciales diversos y otros servicios conexos, 79990000 Servicios comerciales diversos, 79997000 Servicios de viajes de negocios
Lugar de ejecución:
Framework agreement for travel agency services
Organismo adjudicador:
Statnett SF
Número de premio:
BPM 000912

1. Buyer

1.1 Buyer

Official name : Statnett SF
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement for travel agency services
Description : Statnett SF needs to procure a framework agreement for travel agency services. The objective of the procurement is to enter into a framework agreement for travel agency services that contribute to reduced total costs, reduced transaction costs, increased use of digital systems, and better security for Statnett ́s employees.
Procedure identifier : 8bd84173-35b4-41da-957c-c0c9ce323ca1
Previous notice : 326666-2024
Internal identifier : BPM 000912
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63500000 Travel agency, tour operator and tourist assistance services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 63511000 Organisation of package tours
Additional classification ( cpv ): 63512000 Sale of travel tickets and package tours services
Additional classification ( cpv ): 63515000 Travel services
Additional classification ( cpv ): 63516000 Travel management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79990000 Miscellaneous business-related services
Additional classification ( cpv ): 79997000 Business travel services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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, in the event a enforceable verdict has 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 Combating Corruption, Involving European Communities or 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 time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no 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 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of 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 a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As 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 time a legally convicted of fraud has 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? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (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, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can 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 activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 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 technical ID : LOT-0000

Title : Framework agreement for travel agency services
Description : Statnett SF needs to procure a framework agreement for travel agency services. The objective of the procurement is to enter into a framework agreement for travel agency services that contribute to reduced total costs, reduced transaction costs, increased use of digital systems, and better security for Statnett ́s employees.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63500000 Travel agency, tour operator and tourist assistance services
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 63511000 Organisation of package tours
Additional classification ( cpv ): 63512000 Sale of travel tickets and package tours services
Additional classification ( cpv ): 63515000 Travel services
Additional classification ( cpv ): 63516000 Travel management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79990000 Miscellaneous business-related services
Additional classification ( cpv ): 79997000 Business travel services
Options :
Description of the options : Extension of the agreement.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement is valid for 2 years, with an option for a 2+2 year extension. The maximum length of the agreement is therefore 6 years.

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 Norwegian krone

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Financial capacity Tenderers must have sufficient financial capacity to fulfil the contract (i.e. good economy). The requirement is documented in the following way: Printout of credit rating: The credit rating should not be more than three months old. A definition of the symbols that the credit rating institution uses must be enclosed so that Statnett SF can assess different ratings against each other. If such a credit rating can not be presented, the requirement can be documented fulfilled by: Annual report for the last three years, including accounts, notes and auditor's report. The accounts, including income statement, balance sheet and cash flow statement. Lot ́s reports, including accounts (income statement and balance sheet), if it is more than six months since the last annual accounts, and if relevant: Any other information of relevance to the company's fiscal figures (important events after the last balance sheet day). Statement of the company's turnover for the last three years related to similar types of contracts, if this information is available. If such information is not available, the tenderer shall submit a statement of the company's total turnover for the last three available fiscal years. If a tenderer has a justifiable reason for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance
Description : Tenderers shall have and practice a good and well-functioning management system for quality that covers the delivery. If a tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate. Or (if not certified) a description of the tenderer's system (routines and measures) for quality assurance.
Use of this criterion : Used
Criterion :
Type : Other
Name : Information Security Management System
Description : Tenderers shall have a documented and implemented information security management system that covers Statnett's delivery. The system shall fulfil the requirements in ISO 27001 or equivalent. Documentation of compliance with the requirement shall be enclosed. Tenderers who are certified can be a valid ISO 27001 certificate. Or, a report/evaluation of the tenderer's management system, prepared by an independent third party (e.g. an auditing company) with competence to assess the management system. Or An internal description of the management system and how this is complied with.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Legally established company
Description : Legally established company The tenderer must be a legally established company. Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in a trade register in the country where the tenderer is established. An account that shows the tenderer's ownership and ownership structure.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Requirement for relevant experience Under this criteria, the assessed degree of comparable assignments (see qualification requirement G in Annex 1 A) is relevant for this procurement, how extensive the experience is. Same documentation as for qualification requirements H "Relevant experience", cf. Annex A. It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, middle of a range) : 100
Criterion :
Type : Technical and professional ability
Name : Capacity
Description : Tenderers must document sufficient capacity to fulfil the contract. Description of the tenderer's organisation and a description of personnel that the tenderer can use for fulfilment of the contract.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : completed price form
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Solution Description and Functionality
Description : Solution description (50 %) Quality - Functionality and user friendliness (50 %) The contracting authority ́s assessment of the ordering portal, will be assessed in accordance with the contracting authority ́s assessment of the platform's functionality, interface and user friendliness.
Weight (percentage, exact) : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 08/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : no
Electronic invoicing : Required
Financial arrangement : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Odin Prosjekt AS
Organisation providing offline access to the procurement documents : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : Odin Prosjekt AS
Registration number : 994950967
Postal address : Fabrikkgaten 6
Town : BERGEN
Postcode : 5059
Country : Norway
Contact point : Kristina Eek-Larsen
Telephone : +47 97093944
Internet address : https://odinprosjekt.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Statnett SF
Registration number : 962986633
Town : Oslo
Country : Norway
Contact point : Odin Prosjekt AS
Telephone : 97093944
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 8a197cc4-3433-43aa-b645-6ec5b7505668 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2024 17:49 +00:00
Notice dispatch date (eSender) : 03/09/2024 19:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00532357-2024
OJ S issue number : 173/2024
Publication date : 05/09/2024