23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 162-392194
Offentliggjort
21.08.2020
Udbudstype
Udbud efter forhandling

Udbyder

Danske Lotteri Spil A/S

Vindere

Framework Agreement on Instant Tickets, Number and Symbols (PA1)

(11.05.2021)
Pollard Banknote Ltd
Winnipeg

Framework Agreement on Instant Tickets, Words and Crosswords (PA2)

(11.05.2021)
Scientific Games International Ltd
Leeds

Opdateringer

Rettelse
(04.09.2020)

VI.3)
Placing the text to be modified:Additional information:
instead of:
Read:


Additional information
DLO would like to give interested suppliers access to Appendix E before the end of the pre-qualification. Please send us a message in EU-supply, in which you indicate whether you want to pick up Appendix E, at Danske Spil’s HQ at Korsdalsvej 135, in Brøndby, Denmark, or whether we should send it to you.
If you want it sent to you, please write to which address in the message.

Framework Agreement for Instant Tickets, Number and Symbols (PA1) and Framework Agreement for Instant Tickets, Words and Crosswords (PA2)


Danske Lotteri Spil A/S

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danske Lotteri Spil A/S
National registration number: 33034482
Postal address: Korsdalsvej 135
Town: Brøndby
NUTS code: DK01 Hovedstaden
Postal code: 2605
Country: Denmark
Contact person: Jakob Johansen
E-mail: jajo@danskespil.dk
Telephone: +45 30858517

Internet address(es):

Main address: http://www.danskespil.dk

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

I.2) Information about joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=276326&B=DS
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=276326&B=DS
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Spillevirksomhed

Section II: Object

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

Framework Agreement for Instant Tickets, Number and Symbols (PA1) and Framework Agreement for Instant Tickets, Words and Crosswords (PA2)

Reference number: Instant Tickets: PA1 & PA2
II.1.2) Main CPV code
22000000 Printed matter and related products
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Danske Lotteri Spil A/S (DLO) is tendering two (2) framework agreements for the delivery of instant tickets, partial agreement one (1) (PA1) and Partial Agreement two (2) (PA2).

PA1: delivery of instant tickets with numbers and symbols including related and complementary services;

PA2: delivery of instant tickets with words and crosswords including related and complementary services.

The time indications in the tender material are stated based on the time zone of Denmark.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

PA1: Delivery of Instant Tickets with Numbers and Symbols Including Related and Complementary Services

Lot No: 1
II.2.2) Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72200000 Software programming and consultancy services
72230000 Custom software development services
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

This tender procedure is an open procedure in accordance with the provisions in the Danish Public Procurement Act (Udbudsloven).

DLO is tendering a framework agreement (PA1) for the delivery of instant tickets: partial agreement one (1): delivery of instant tickets with numbers and symbols including related and complementary services.

The duration of the agreement is four (4) years.

The main deliveries on the agreement are:

— printing of tickets with numbers and symbols;

— new developments;

— design of instant tickets;

— additional features related to instant tickets;

— digital services related to instant tickets;

— consulting services related to the services covered by the agreement.

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
Value excluding VAT: 58 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The pre-qualification of the most suitable candidates is made on the basis of the information in the references provided by the applicant in Part IV, C of the ESPD, ‘Technical and professional capacity’.

3 applicants will be pre-qualified, who will be invited to submit initial tenders. The pre-qualification will be based on which applicants document the most relevant references, based on an overall assessment.

The following, in order of priority, are weighted positively when assessing the relevance of the references:

1) to which extent the references contain deliveries to a gambling company offering lotteries, where it is preferred that 3 references contain this;

2) to which extent the references contain deliveries of instant tickets with numbers and symbols, where it is preferred that 3 references contain this;

3) to which extent the references in total have a great monetary value, where a bigger value is preferred over a smaller one.

In the overall assessment, the content of section 1 is given the greatest importance, while the content of section 3. is given the least importance.

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

A joint information meeting regarding both partial agreements will be held on Wednesday 26 August, at 15.00. The information meeting will be held online via Microsoft Teams.

The invitation letter contains the link to the meeting.

Interested participants are encouraged to try out Microsoft Teams before the meeting.

II.2) Description
II.2.1) Title:

PA2: Delivery of Instant Tickets with Words and Crosswords Including Related and Complementary Services

Lot No: 2
II.2.2) Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72200000 Software programming and consultancy services
72230000 Custom software development services
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

This tender procedure is an open procedure in accordance wit the provisions in the Danish Public Procurement Act (Udbudsloven).

DLO is tendering a framework agreement (PA2) for the delivery of instant tickets: partial agreement two (2) — delivery of instant tickets with words and crosswords including related and complementary services.

The duration of the agreement is four (4) years.

The main deliveries on each agreement are:

— printing of tickets with word and crosswords;

— new developments;

— design of instant tickets;

— additional features related to instant tickets;

— digital services related to instant tickets;

— consulting services related to the services covered by the agreement.

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
Value excluding VAT: 18 200 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The pre-qualification of the most suitable candidates is made on the basis of the information in the references provided by the applicant in Part IV, C of the ESPD, ‘Technical and professional capacity’.

3 applicants will be pre-qualified, who will be invited to submit initial tenders. The pre-qualification will be based on which applicants document the most relevant references, based on an overall assessment.

The following, in order of priority, are weighted positively when assessing the relevance of the references:

1) to which extent the references contain deliveries to a gambling company offering lotteries, where it is preferred that all the references contain this;

2) to which extent the references contain deliveries of instant tickets with words and crosswords, where it is preferred that all the references contain this;

3) to which extent the references in total have a great monetary value, where a bigger value is preferred over a smaller one.

In the overall assessment, the content of section 1 is given the greatest importance, while the content of section 3. is given the least importance.

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

A joint information meeting regarding both partial agreements will be held on Wednesday 26 August, at 15.00. The information meeting will be held online via Microsoft Teams.

The meeting can be accessed via the following link:

Interested participants are encouraged to try out Microsoft Teams before the meeting.

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
III.1.3) Technical and professional ability
List and brief description of selection criteria:

The three most relevant references, cf. II.2.9) of the contract notice, carried out by the applicant during the last 3 years before the application deadline.

Only references relating to services performed at the time of application will be given importance.

In the case of an ongoing delivery, therefore, only the part of the deliveries made at the time of application will be included in the assessment of the reference.

It should, as a minimum, be clear from the description of each reference who the customer was, which deliveries were covered by the reference, the time of delivery and the financial size of the reference at the time of the application.

No more than 3 references can be submitted, even if the tenderer relies on others or is a consortium. If more than 3 references are submitted, only the first 3 references will be included in the evaluation.

When submitting an application, the applicant agrees that the contracting authority can contact the specified customer in the references in order to have the accuracy of the submitted information confirmed.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The Code of Conduct set out in Annex 2 must be complied with. This annex contains i.a. requirements regarding the UN Global Compact, the UN Guidelines on Human Rights and Business, the OECD Guidelines for Multinational Enterprises and ILO Convention No 94.

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
Competitive procedure with negotiation
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 a single operator
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/09/2020
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 06/10/2020
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

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:

Participation in the tender procedure can only take place electronically via EU-Supply. To access the tender material, the applicant must be registered or register as a user in EU-Supply, which can be done free of charge. Appendix E is made available after pre-qualification.

The applicants and tenderers may ask written questions to the DLO during the tender procedure. Questions are asked via EU Supply's dedicated module for questions. The deadline for submission of questions during the pre-qualification phase is 7 calendar days before the deadline for submission of applications. Questions received later cannot be expected to be answered. In addition to this, questions can only be expected to be answered if it is possible to answer them no later than calendar 6 days before the deadline.

Applications are submitted in EU Supply's dedicated module for submission of applications. The application is a filled out ESPD. In the case of an association of economic operators (a consortium), a separate ESPD must be submitted for each of the participating economic operators. The ESPD of the other participating economic operators shall contain the information required in Part II-V of the ESPD. By submitting the ESPD, the economic operators of the association declare to assume direct, joint and several and unlimited liability for the fulfilment of the agreement.

If the applicant relies on the ability of other entities, an ESPD must be submitted for each of the entities on which the applicant relies on. The relevant information for each entity on which the applicant relies on, is stated in Part II, A + B and Part III of the ESPD, as well in Part IV, B, C and Part V. By submitting the ESPD, each of the entities on which the applicant bases his capacity declare, to assume direct, joint and several and unlimited liability for the fulfilment of the agreement.

An economic operator can only be a participant in one association of economic operators (a consortium). However, the same economic operator may well be a participant in one association and at the same time let other tenderers rely on it or be a subcontractor to several tenderers.

However, each applicant may submit only one application for pre-qualification.

The applicant will be excluded from participation in the tender procedure if the candidate is covered by the mandatory grounds for exclusion mentioned in sections 135 and 136 of the Danish Public Procurement Act (Udbudsloven), or the voluntary ones mentioned in section 137, paragraph 1, number 2, unless the applicant has submitted sufficient documentation that the applicant is reliable in accordance with section 138 (self cleaning).

At any time during the tender procedure, but before the award decision, the tenderers who are still participating in the procedure or to whom DLO intends to award the Agreements, must submit documentation for the information submitted in the ESPD.

Subcontractors on whom the applicant has relied on, must sign a declaration of commitment that bind the subcontractors to be jointly and severally liable for the fulfillment of the agreement.

Regarding section IV.2.4) in the contract notice: questions, applications and tenders are submitted in English. DLO reserves the right to disregard those parts of the questions, applications and tenders which have not been submitted in English.

Regarding section II.2.6) in the contract notice, it should be noted, that the amount represents the high end of the total estimated potential value throughout the term of each agreement.

Regarding partial agreement one (1), numbers and symbols: The volume typically ranges from 300 000 tickets up to 3 000 000 tickets per order and approximately around 50 million-70 million. tickets during the 4 years.

Regarding partial agreement two (2), words and crosswords: The volume typically ranges from 300 000 tickets up to 3 000 000 tickets per order and approximately around 23 million-33 million. tickets during the 4 years.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: https://klfu.naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

According to the Danish act on the Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud), the following deadlines apply for filing a complaint:

Complaints regarding a candidate not being prequalified must be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar, cf. section 7, paragraph 1 of the Act, starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision, cf. section 2, paragraph 1 of the Act and section 171, paragraph 2 of the Danish Public Procurement Act (Udbudsloven).

Other complaints must, cf. section 7, paragraph 2 of the Danish act on the Complaints Board for Public Procurement Act (Lov om Klagenævnet for Udbud), be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision, cf. section 2, paragraph 2 of the Act and 171, paragraph 4 of the Danish Public Procurement Act (Udbudsloven);

4) 20 calendar days from the day after the contracting authority has notified its decision, cf. section 185, paragraph 2 of the Danish Public Procurement Act (Udbudsloven).

No later than the time a complaint is lodged with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), the complainant must notify the contracting authority in writing that a complaint is submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), and whether the complaint has been filed during the standstill period, cf. section 6, paragraph 4 the Danish act on the Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud). In cases where the complaint has not been lodged during the standstill period, the complainant must also indicate whether a suspensory effect is requested from the complaint, cf. section 12, paragraph 1 of the Act.

The Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) email address is stated in Section VI.4.1).

The Danish Complaints Board for Public Procurements (Klagenævnet for Udbud) complaint instructions can be found at: www.erhvervsstyrelsen.dk

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
17/08/2020

Send til en kollega

0.063