23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 100-182900
Offentliggjort
27.05.2015
Udbudstype
Begrænset udbud

Udbyder

Danske Spil A/S

Vindere

PAM — Player Account Management

(15.01.2016)
Scientific Games International GmbH
Klitschgasse 2-4
1130 Vienna

PAM - Player Account Management Solution and services.


Danske Spil A/S

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Danske Spil A/S
64011715
Korsdalsvej 135
2605 Broendby
DENMARK

Internet address(es):

General address of the contracting authority: http://www.danskespil.dk

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/62993

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=144669&B=DS

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=144669&B=DS

Further information can be obtained from: Rambøll Management Consulting A/S
Hannemanns Allé 53
For the attention of: Claus Gulholm-Hansen Krüger
2300 Copenhagen S
DENMARK
Telephone: +45 51617903
E-mail: cghk@ramboll.com
Internet address: http://www.ramboll-management.dk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Other: Gambling company
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
PAM - Player Account Management Solution and services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Broendby.

NUTS code DK012

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
Danske Spil wishes to sign a contract for delivery of a Player Account Management Solution (PAM Solution). The contract encompass delivery and implementation of the PAM Solution as well as IT operations services, including maintenance and support of the PAM Solution.
The key elements in the PAM Solution are to support customer profiles, player accounts/wallets including in- and outgoing payments, game transactions, fraud detection and reconciliation functions, a backend administration interface, a reporting function, and a number of industry specific functionalities, e.g. responsible gaming, integration with third party game providers, etc. The supplier will be responsible for implementing the new PAM Solution and the subsequent delivery of IT operations, maintenance and support. The PAM Solution is required to support multiple sales channels including web, mobile and retailers for customers in Denmark, Greenland and the Faroe Islands. Furthermore the PAM Solution is expected to be required to integrate to payment modules, banks as well as certain unique systems in Denmark, including the Danish Civil Registration System and the national responsible gaming database (ROFUS).
The purpose of the contract put up for tender is to replace Danske Spil's current PAM system delivered by Betware, which was implemented in 2002; however the current PAM system is hosted and operated in-house and is supported and maintained both internally and by external suppliers.
Focus of the contract is expected primarily to encompass the following deliverables and services:
1. Delivery of a PAM Solution supporting Danske Spil's customers and back-office functions, while meeting standards for security, transaction history and controls (e.g. reconciliation) as required when dealing with financial transactions and balances.
2. Implementation, including testing, of the PAM Solution by methods minimizing the risk of downtime and lost revenue.
3. IT operations services, maintenance and support of the PAM Solution.
4. Integration with Danske Spil's games which are delivered by different providers, including among others Number Games, Bingo, Casino, Sports Book.
5. Integration between the PAM Solution and third party systems, such as payment modules, banks as well as certain systems unique to Denmark, e.g. the Danish Civil Registration System and the national responsible gaming database (ROFUS).
6. Integration between the PAM Solution and Danske Spil‘s Marketing Management System and Affiliate Management System.
7. Ability for the PAM Solution to export data to Danske Spil‘s other systems such as dataware house (for Business Intelligence and CRM purposes) and call center system.
Furthermore the tender documents are expected to include terms and requirements to make it possible for a player to have more than one profile, wallet etc.
Furthermore the tender documents are expected to encompass requirements to the Supplier's and the PAM Solution's certification according to the Danish Gambling Authority's Certification Programme.
A further description of scope and requirements will follow from the tender documents.
The contract will contain elements of both a public contract and a framework agreement, since the contract will include both the supplier‘s obligation to deliver the above, as well as an element of a framework agreement by terms entitling the contracting authority to make further purchases and acquisitions of the contract‘s services and supplies within the contract period.
As described in section II.2.2 the tender includes 4 options. It should be noted that all options must be included in the proposal.
II.1.6) Common procurement vocabulary (CPV)

72000000, 72200000, 72212100, 72250000, 72300000, 72416000, 72514000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The PAM Solution is expected to support both Danske Spil's online and offline games in Denmark.
Furthermore the PAM Solution shall be able to handle Danske Spil's expected transaction load, as Danske Spil in peak hours in 2014 had up to 28 000 transactions per hour. The total number of transactions in 2014 was close to 50 000 000 and the PAM Solution will have close to 1 000 000 registered users.
Refer also to content in section II.1.5).
II.2.2) Information about options
Options: yes
Description of these options: 1. The term of the contract may be prolonged 2 times by 1 year.
2. Player Frontend – Graphical User Interface for player facing functionalities in the PAM Solution by which the player interacts with the PAM Solution.
3. API for the Danske Spil's administrative interface for all Danske Spil facing functionalities, by which Danske Spil accesses the PAM Solution.
4. Subscription Service. A subscription service engine, allowing players to set up automatic purchasing of selected games, on a regular basis, including integration with Danish payment providers.
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 060 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms and conditions concerning financing and payment follow from the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific requirements, but if the contract is awarded to a consortium or group of legal entities, these are required to assume joint liability and appoint one legal entity able to act for the consortium or group.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In pursuance of the Danish Consolidation Act on the Restriction of Debtor's options for participating in Public Procurement Procedures, the candidate must submit a solemn declaration stating whether the candidate has fulfilled his obligations relating to the payment of social security contributions and to the payment of direct and indirect taxes in accordance with the legal provisions in the country in which the candidate is established and in Denmark.
A draft solemn declaration can be downloaded from the electronic tender system ‘EU-supply', cf. section IV.3).
The solemn declaration must not be dated earlier than 6 weeks before the time limit for request for participation in IV.3.4).
As an alternative to a solemn declaration a report from the Danish Business Authority (in Danish: ‘Erhvervsstyrelsen') may be submitted. Foreign candidates submitting an equal report from their country‘s corresponding authority should also submit a solemn declaration regarding obligations in Denmark.
If a request to participate is submitted from a group of candidates, each candidate must submit the abovementioned documentation.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1) Statement of the candidate‘s overall turnover for the last 3 financial years available, depending on the date on which the undertaking was set-up or the economic operator started trading, as far as the information on these turnovers is available.
2) Statement of the candidate‘s equity ratio for the latest 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these equity ratios is available. The equity ratio must be calculated according to the following: Equity ratio = (total equity/total assets) x 100.
The candidate is encouraged to use the template in the tender system ‘EU-supply', cf. section VI.3), for the declaration of economic and financial ability
The required information should be provided for each legal entity in a consortium or group of legal entities.
If the candidate is relying on other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the candidate must demonstrate that the candidate can fully possess the resources needed to execute the contract pursuant to Public Procurement Directive Art. 47, paragraph. 2. This can be done by declaration or by presenting documentation of these entities agreeing to provide the necessary resources. If not presented, the contracting authority will not put emphasis on the other entities. The candidate is encouraged to use the template in the tender system ‘EU-supply', cf. section VI.3), for documenting that the candidate can fully possess the resources necessary, relying on the capacities of other entities.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
1) A list of the candidate‘s customer references for previous deliveries of solutions corresponding and related to the PAM Solution encompassed by this tender, cf. section II.1.5, for the last 3 years available.
The list should include:
— Customer name (name of the contracting party)
— Date of commencement and expiry of each contract
— A description of the deliverables, functionalities and service operations in relation to the description of the contract, cf. section II.1.5 above.
The candidate is encouraged to use the template in the tender system ‘EU-supply', cf. section VI.3), for the declaration of technical capacity.
uld be provided for each legal entity in a consortium or group of legal entities.
If the candidate is relying on the capacities of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the candidate must demonstrate that the candidate can fully possess the resources needed to execute the contract pursuant to Public Procurement Directive Art. 48, paragraph. 3. This can be done by declaration or by presenting documentation of these entities agreeing to provide the necessary resources. If not presented, the contracting authority will not put emphasis on the other entities. The candidate is encouraged to use the template in the tender system ‘EU-supply', cf. section VI.3), for documenting that the candidate can fully possess the resources necessary, relying on the capacities of other entities.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Selection of candidates, who will be asked to participate in the tender, will be based upon the choice of candidates who:
A) Has documented the best economic performance, cf. section III.2.2.
B) Has demonstrated the best and most relevant references (technical capacity), cf. section III.2.3.
B) is weighted higher than A).
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
PAM - Player Account Management
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
23.6.2015 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
7.7.2015
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: When the current contract expires or is terminated.
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information

1) This tender is held as an electronic tender via the tender system, ‘EU-supply'. All inquiries must be made through this system. To participate in the tender the candidate must be registered with the EU-Supply. Use the following link for registration and enrolment procedures: https://www.eu-supply.com/ds.asp

2) Candidates may only submit one application for pre-qualification.
3) This is a restricted tender, which means that companies wishing to participate in the bidding process must first apply for pre-qualification. The request for pre-qualification must be prepared on the basis of part III.2 specified conditions for participation. In order to be considered as a possible bidder, the candidate shall deliver the section III.2.1, III.2.2 and III.2.3 statements, declarations, etc. Please note that a draft solemn declaration can be downloaded from the electronic tender system ‘EU-supply'. Furthermore, the candidate is encouraged to use the template in the tender system ‘EU-supply', cf. section III.2.2. and III.2.3, for the declaration of economic and financial ability and technical capacity. It is emphasized that the required information has to be provided by the legal entity submitting a request for pre-qualification.
4) If the candidate has indicated that he will use subcontractors in his request for participation, and the candidate wants the conditions of the sub-contractor included in the assessment of the candidate‘s technical and/or financial capacity, the candidate must provide evidence that the candidate is entitled to call upon the specified capacity of the subcontractor. The candidate is encouraged to use the template in the tender system ‘EU-supply'. The candidate must submit the same types of information and descriptions on the subcontractor‘s technical and/or financial capacity as the candidate in accordance with section III.2.2) and/or III.2.3).
5) Deadline for receipt of applications for pre-qualification follows from section IV.3.4).
6) Regarding section IV.3.5), this is an expected date. The tender documents might be sent subsequently.
7) Candidates cannot request further documentation from the contracting authority before forwarding the request to participate.
8) After the pre-qualification phase invited companies will be given access to the tender documents.
9) Regarding section II.3 applicants shall be aware that the duration of the contract shall be calculated from the time of start of IT operation services.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenaevnet for Udbud, Erhvervsstyrelsen (Complaints Board for Public Procurement — Danish Business Authority)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen OE
DENMARK
Telephone: +45 5291000
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Whereas a contracting authority has initiated a restricted procedure, a negotiated procedure with prior publication of a contract notice, or a procedure of competitive dialogue in accordance with directive 2004/18 EC or directive 204/17 EC, complaints from not pre-qualified applicants regarding the decision concerning pre-qualification must be filed to the Complaints Board for Public Procurement within 20 days from the day after the contracting authority has sent the result regarding the pre-qualification decision to all relevant candidates.
Complaints regarding any part of the procurement process within the scope of directive 2004/18 EC and directive 2004/17 EC, but not covered by the above paragraph, shall be filed to the Complaints Board for Public Procurement within:
1) 45 days from the day after the contracting authority has made a contract award notice public in the Official Journal of the European Union.
2) 20 calendar days from the day after the contracting authority has notified the relevant candidates that a contract based on a framework agreement with reopening of the competition, or a dynamic purchasing system has been awarded, if the notification has included a summary of the relevant reasons behind the decision.
3) 6 months from the day after the contracting authority has notified the candidates of the result of a tender, if this is a framework agreement.
The complainant shall inform the contracting authority about the complaint at the latest when the complaint is filed with the Complaints Board for Public Procurement. In case the complaint concerns a decision regarding award of a contract the complainant shall inform the contracting authority whether the complaint is filed within the stand still period. If the complaint is not filed within the stand still period the complainant shall inform the contracting authority whether a suspension of the contract has been requested.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (Danish Competition Authority)
Carls Jacobsens Vej 35
2500 Valby
DENMARK
Telephone: +45 41711500
Internet address: http://www.kfst.dk/

VI.5) Date of dispatch of this notice:
22.5.2015

Send til en kollega

0.047