23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 247-613129
Offentliggjort
18.12.2020
Udbudstype
Udbud efter forhandling

Udbyder

Danske Licens Spil A/S

Opdateringer

Annullering
(16.07.2021)

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.
The applicants and tenderers may ask written questions 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 9 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 6 calendar 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 contract.
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 contract.
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), 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 contracting authority can demand, that the tenderers who are still participating in the procedure or to whom the contracting authority intends to award the contract, 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 contract, as part of the documentation.
Each economic operator in an association of economic operators, must sign a declaration concerning formation of consortium that binds each economic operator to be jointly and severally liable for the fulfillment of the contract, as part of the documentation.
Regarding section IV.2.4) in the contract notice: questions, applications and tenders are submitted in English. The contracting authority reserves the right to disregard those parts of the questions, applications and tenders which have not been submitted in English.
Clause 1.6 in the tender specifications regarding confidentiality also applies to the applications.

Contract Regarding Payment Gateway and Acquiring Services, including Related and Complementary Services


Danske Licens Spil A/S

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danske Licens Spil A/S
National registration number: 33034474
Postal address: Korsdalsvej 135
Town: Brøndby
NUTS code: DK DANMARK
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.1) Name and addresses
Official name: Danske Lotteri Spil A/S
National registration number: 33034482
Postal address: Korsdalsvej 135
Town: Brøndby
NUTS code: DK DANMARK
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
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=287336&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=287336&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: Lottery and gambling

Section II: Object

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

Contract Regarding Payment Gateway and Acquiring Services, including Related and Complementary Services

Reference number: Payment gateway and Acquiring
II.1.2) Main CPV code
66000000 Financial and insurance services
II.1.3) Type of contract
Services
II.1.4) Short description:

Contract regarding payment gateway and acquiring services, including related and complementary service and including options regarding acquiring services for the activities related to Youbet and Tivoli Casino. However, a replacement of the current payment gateways used on the brands Tivoli Casino and YouBet are out of scope for the contract. The Contracting Authority can therefore also use the offered acquiring and payment gateway services for new business activities in the future including those who offspring from new brands and from the Contracting Authority’s subsidiaries.

The contract is not divided into subcontracts, as significant economies of scale are expected by consolidating the activities. The time indications in the tender material are stated based on the time zone of Denmark. The estimated value is a high estimate of the costs and fees that are estimated to be able to accrue during the seven years the contract may run.

II.1.5) Estimated total value
Value excluding VAT: 85 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72200000 Software programming and consultancy services
II.2.3) Place of performance
NUTS code: DK DANMARK
Main site or place of performance:

Denmark

II.2.4) Description of the procurement:

The tender procedure will be conducted in accordance with the provisions in the Danish Public Procurement Act (Udbudsloven).

The contracting authority is tendering a public contract regarding payment gateway and acquiring services, including related and complementary services.

This includes payment gateway services such as:

— deposit methods,

— store cards,

— recurrent (subscription),

— transaction details,

— frontend,

— fraud/Anti-money laundering (AML),

— reporting,

— configuration,

— handling of multiple merchants,

— payment gateway administrative interface/backoffice,

— withdrawals,

— omnichannel,

— services related to account-2-account/open banking.

This includes acquiring services such as:

— acquiring,

— safety (compliance),

— finance and reconciliation,

— retail.

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: 48
This contract is subject to renewal: yes
Description of renewals:

The contract can run for a total of up to 84 months from the go-live-date.

The duration of the contract is 4 years calculated from the go-live-date and can be extended by the contracting authority up to 3 times, with each extension running 1 year, so that the total duration of the contract can be up to 7 years from the go-live-date.

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:

3 applicants will be pre-qualified to submit initial tenders, if the contracting authority receives a request for pre-qualification from more than 3 suitable applicants.

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

In the evaluation of the relevance of the up to three (3) references regarding the delivery of payment gateway services cf. II.2.4) of the contract notice, it is weighted positively if the references together (meaning it is sufficient that 1 reference covers each selection criteria, 1-4) contains:

1) Dankort processing;

2) MobilePay processing;

3) Subscription management;

4) Payment gateway services delivered to a gambling company.

And to what extent:

5) The payment gateway services in the references together constitute a large transaction volume (where a larger volume is preferred over a smaller volume)

Section 1-5 reflects the priority of the selection criteria, which is used in the overall assessment of the references regarding the delivery of payment gateway services, where criteria 1 is given the greatest importance, while criteria 5 is given the least importance. The evaluation of the payment gateway references will be conducted as an overall assessment, where a score is given from 0-10, where 10 is best.

In the evaluation of the relevance of the up to three (3) references regarding the delivery of acquiring services cf. II.2.4) of the contract notice, it is weighted positively if the references together (meaning it is sufficient that 1 reference covers each selection criteria, 1-3) contains:

1) Acquiring services delivered to a customer subject to the Money Laundering Directive (EU Directive 2015/849 on preventing the use of the financial system for money laundering or terrorist financing);

2) Acquiring services delivered in retail (physical store(s));

3) Acquiring services delivered to a gambling company.

And to what extent:

4) Acquiring services in the references together have cleared a large monetary amount (where a larger amount is preferred over a smaller amount).

Section 1-4 reflects the priority of the selection criteria, which is used in the overall assessment of the references regarding the delivery of acquiring services, where criteria 1. is given the greatest importance, while criteria 4 is given the least importance. The evaluation of the acquiring references will be conducted as an overall assessment, where a score is given from 0-10, where 10 is best.

The total evaluation of all the references for both payment gateway and acquiring services will be calculated as follows: Points for references regarding payment gateway services * 70 % + points for references regarding acquiring services * 30 %. Applicants with the highest overall evaluation of their references have submitted the most relevant references.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

The contract contains the following two (2) mandatory options:

A. Youbet

B. Tivoli Casino

The options are extensions of the acquiring services otherwise delivered to also include acquiring associated with the brands ‘Youbet’ and ‘Tivoli Casino’.

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

The applicant should in Part IV, C of the ESPD describe the six (6) 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:

— 3 (of the 6) references regarding the delivery of payment gateway services,

— 3 (of the 6) references regarding the delivery of acquiring services.

Only references relating to services performed at the time of application will be given importance. Therefore, in the case of an ongoing delivery, only the part of the deliveries made at the time of application can be included in the reference.

Deliveries to the contracting authority may be used as a reference.

Deliveries of acquiring services regarding Dankort must not be included in the references for acquiring services. If an applicant has delivered both payment gateway services and acquiring services cf. II.2.4) of the contract notice, under the same contract, and the applicant wishes to use the deliveries as references, then the two different services are separated and the applicant dedicates a reference to each description.

It should be clear from the description of each reference who the customer was (the recipient), whether the reference regards payment gateway services or acquiring service, which deliveries were covered by the reference, the period to which the description and volume/amount relate (start date and end date), and the transaction volume (if the reference regards payment gateway services)/the monetary clearing amount (if the reference regards acquiring services) of the reference at the time of the application.

No more than 6 references can be submitted in total and no more than 3 references for payment gateway services and acquiring services, respectively, even if the tenderer relies on others or is a consortium. If more than 6 references in total are submitted, only the first 6 references will be included in the evaluation. If more than 3 references in total are submitted for payment gateway services and acquiring services, respectively, only the first 3 references will be included in the evaluation regarding each.

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.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The Code of Conduct set out in Appendix 9 must be complied with. This appendix 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.

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
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.1.8) 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: 2020/S 190-459054
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/01/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/01/2021
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)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
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.

The applicants and tenderers may ask written questions 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 9 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 6 calendar 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 contract.

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 contract.

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), 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 contracting authority can demand, that the tenderers who are still participating in the procedure or to whom the contracting authority intends to award the contract, 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 contract, as part of the documentation.

Each economic operator in an association of economic operators, must sign a declaration concerning formation of consortium that binds each economic operator to be jointly and severally liable for the fulfillment of the contract, as part of the documentation.

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

Clause 1.6 in the tender specifications regarding confidentiality also applies to the applications.

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.4.3) 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:
14/12/2020

Send til en kollega

0.064