Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=285877&B=DSB
Udbyder
DSB
Vindere
Revenue Management Solution
(27.08.2021)
Wiremind SAS
Paris
Opdateringer
VI.3)
Placing the text to be modified:Additional information:
instead of:
An information meeting will be held Thursday 18 December 2020 in the hours 10-12 CET, for further information, see tender specifications.
Read:
An information meeting will be held Friday 18 December 2020 in the hours 10-12 CET, for further information, see tender specifications.
Delivery of a Revenue Management Solution to DSB
DSB
Contract notice – utilities
Services
Section I: Contracting entity
National registration number: 25 05 00 53
Postal address: Telegade 2
Town: Taastrup
NUTS code: DK DANMARK
Postal code: 2630
Country: Denmark
Contact person: Daniella Hawlik
E-mail: dhaw@dsb.dk
Telephone: +45 24682785
Internet address(es):
Main address: www.dsb.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
Section II: Object
Delivery of a Revenue Management Solution to DSB
The purpose of the public procurement procedure is delivery, operation, support and maintenance of a revenue management solution that will support DSB in their commercial efforts. The revenue management solution shall support the commercial division in their efforts to succeed in a market where differentiation, simplicity and time to market are key to success.
I. Background and purpose
DSB (Danish State Railway) is an independent public corporation owned by the Danish Ministry of Transport. DSB’s goal is to offer attractive door-to-door journeys to our customers where train is a part of the journey. Annually DSB has more than 195 million passengers and employs approximately 7 400 people. The field of transport is subject to growing competition driving DSB’s need for the realization of an overall business strategy and a modern revenue management solution shall contribute to this realization. The solution will on that basis fulfill DSB's need for a modern revenue management solution in the field of railway transport and the implementation of the solution is part of transforming DSB’s operation abilities to-wards a digitalized and modern business model.
II. Main Services
The following main services can be highlighted regarding the revenue management solution:
A. Delivery of configurable standard solution that supports revenue management;
B. Implementation and configuration of a configurable standard solution. DSB will be responsible for the implementation process of the solution, with the necessary support and collaboration from the supplier;
C. Operation, support and maintenance of a solution with focus on operational stability.
The contract can be prolonged for 2 x 12 months.
The limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant references of deliveries, see section III.1.3), of the ‘Main services’ covered by the contract, which is listed in sections and II.2.4).
The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of ‘Main services’ comparable in terms of needs, requirements and volume to the main services covered by the contract, see the description in sections II.1.4) and II.2.4).
The assessment of which candidates have documented the most relevant references, will be based on an over-all assessment of whether all the references together document a high degree of relevant experience, see above.
Option to prolong the duration of the contract with 2 x 12 months.
The amount in section II.2.6) is an estimate of the expected contract price for the entire duration of the contract, including the price of all options. As regards section II.2.9) it should be noted that each candidate may only submit one application for pre-qualification. As part of the application for pre-qualification it is encouraged to use the template for references.
Section III: Legal, economic, financial and technical information
The candidate must submit a completed version of the European Single Procurement Document (ESPD), including Part IV, section B, with the following information:
• the candidate’s total annual turnover in the last three (3) financial years available;
• the candidate’s EBIT margin in the last three (3) financial years available;
• the candidates solvency ratio in the three (3) latest financial years available.
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the candidate must submit the following documentation of economic and financial capacity (1-3):
1) Total annual turnover. A statement regarding the candidate’s turnover in the last 3 financial years available, depending on the date when the undertaking was set up or started trading, if the information on these turnovers is available. For groups of candidates (e.g. a consortium), the information must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.
2) EBIT margin. A statement regarding the candidate’s EBIT margin (calculated by dividing EBIT with turnover (EBIT/turnover*100)) in the last three financial years available, depending on the date when the candidate was set up or started trading, if the information on these turnovers and the figures for EBIT are available. For groups of candidates (e.g. a consortium), the information must be submitted for each participating candidate in the group.
Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.
3) Solvency ratio. A statement regarding the candidate's solvency ratio calculated as (total equity incl. subordinated loans/total assets)*100 in the three (3) most recent annual reports/financial statements available, depending on when the candidate was set up or started trading. For groups of candidates (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating candidate in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
The candidate must meet the following minimum requirements at the time of pre-qualification as an average of the last 3 financial years prior to the deadline for submission of application for pre-qualification:
1) an average total annual turnover of at least DKK 10 000 000;
2) an average EBIT margin of at least 5 %;
3) an average solvency ratio of at least 20 %.
If the candidate is the parent company of a group of companies (i.e. the same legal group) the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the group of companies. ‘The same legal group’ shall be defined as entities covered by directive 2013/34/EU (directive on the annual financial statements, consolidated financial statements and related reports of certain types of undertakings) art. 22(1).
If the candidate is an intermediate parent company (i.e. the parent company of a ‘sub group’ of companies) or the candidate is relying on the economic and financial capacity of such an intermediate parent company, the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the ‘sub group’ of companies.
If the candidate is relying on the capacity of one or more other entities the turnover, EBIT margin and solvency ratio will be calculated on the basis of the combined financial figures of the candidate and the supporting entities.
If the candidate and the supporting entity/entities have consolidated financial statements, the calculations of the turnover, EBIT margin, and solvency ratio will be based on such consolidated financial statements; in this case, the candidate and supporting entities should provide the information necessary in the ESPD to allow for correct calculations.
If the candidate is a group of economic operators (e.g. a consortium), the turnover, EBIT margin and solvency ratio will be calculated in the same manner as candidates with one or more supporting entities, i.e. on the basis of the combined financial figures of the participating economic operators. If any of the participating economic operators (in the consortium) have consolidated financial statements, the calculations concerning these economic operators will be made based on such consolidated financial statements; in this case, the economic operators in question should provide the information necessary in the ESPD to allow for correct calculations.
DSB intends to ask the candidate to provide documentation for their fulfillment of the minimum requirements concerning financial and economic standing.
The candidate must submit the ESPD with the following information:
A list of the 3 most significant, comparable, railroad-specific references, see section II.2.4), that the candidate has carried out in the last 5 years before the expiry of the application deadline.
Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the event of an ongoing task, only the part of the services already having been performed at the time of application will be included in the evaluation of the reference.
Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), date of delivery and name of the customer (recipient).
When indicating the date of the delivery, the candidate is requested to indicate the date when the delivery was commenced and finalised. If that is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the candidate is asked to specify the circumstances of the date in the description.
No more than 3 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium).
If more than 3 references are stated, only the first 3 references will be taken into account. Any additional references will be disregarded.
If it is not possible to decide which references are the first 3 references, the references will be selected by drawing lots.
The ESPD serves as provisional documentation that the candidate's/tenderer's compliance with the selection criterion, see section II.2.9).
Before the decision to award the contract is made, the tenderer to whom the contracting entity
Intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.
It is encouraged to use the template for references when submitting the references as part of the request for pre-qualification.
Financing conditions and payment arrangements will be stated in the procurement documents.
Reference is furthermore made to the electronic invoicing required and the option of ordering electronically pursuant to (Consolidated) Act No 798 of 28 June 2007 about payment to public authorities, etc., as amended. The consolidated act is available (in Danish) at www.retsinformation.dk
No specific legal form is required. If the contract is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.
The contract has to the relevant extent incorporated the corporate social responsibility considerations laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.
The contract lays down requirements on compliance with the law on processing of personal data.
Please see the tender specifications appendix B regarding requirement categorization of the contract documents. All requirements that are not minimum requirements may in principle be negotiated and may be changed/withdrawn. Thus, all potential candidates who can comply with the Minimum Requirements are encouraged to apply to participate even if the candidate cannot comply with all negotiable requirements.
Section IV: Procedure
Section VI: Complementary information
Participation in the tendering procedure may only take place via the electronic tendering system used by DSB, see section I.3). The tendering procedure may be accessed under the tab ‘Ongoing public Invitations to Tender’. For access to the procurement documents, the candidate must be registered or register as a user.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. DSB would prefer that questions regarding pre-qualification are submitted within 5 January 2021.
The candidate must as its application to participate in the tender submit an ESPD as preliminary documentation of the circumstances in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (‘Ministerial Order’). The ESPD document is to be completed directly in the electronic tendering system.
For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. A group of operators shall besides the ESPD documents submit a signed consortium declaration declaring that each operator in the consortium is jointly and severally liable, directly and unconditionally, to the contracting entity for any obligation in relation to the consortium‘s tender. The candidate is encouraged to use the template, cf. Appendix F.
If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate/tenderer relies. The candidate must prove that the necessary resources from the supporting entities will be made available to the candidate. The supporting entity/entities shall undertake joint and several liability to the contracting entity for any obligation made in the declaration in accordance with Appendix G. The candidate is encouraged to use the template, cf. Appendix G.
The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in ss.135 and 136 of the Danish Public Procurement Act, cf. s.10, para. (1) of Ministerial Order, unless the candidate has submitted sufficient documentation for its reliability cf. s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order.
Before the decision to award the contract is made, the tenderer to whom DSB intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Implementing Order.
In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety.
DSB may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application does not comply with the formal requirements of the tender documents.
The procurement is conducted subject to the achievement of the necessary funding basis.
An information meeting will be held Thursday 18 December 2020 in the hours 10-12 CET, for further information, see tender specifications.
DSB reserves the right to award the contract on the basis of the initial tender.
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published;
2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).
The Complaints Board’s own complaints procedure is available at https://klfu.naevneneshus.dk/
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