23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 134-356657
Offentliggjort
14.07.2021
Udbudstype
Offentligt udbud

Udbyder

Danske Licens Spil A/S

Vindere

Contract regarding payment gateway services, including related and complementary services

(11.10.2021)
Reepay A/S
Njalsgade 76, 3.floor
2300 København S

Contract Regarding Payment Gateway 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=305752&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=305752&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: Gambling, lottery and betting

Section II: Object

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

Contract Regarding Payment Gateway Services, Including Related and Complementary Services

Reference number: Payment Gateway
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 services, including related and complementary services. The contract also includes 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 an estimate of the costs and fees that are estimated to accrue during the 7 years the contract may run.

II.1.5) Estimated total value
Value excluding VAT: 40 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
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 Contract 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.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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 3 years calculated from the go-live-date and can be extended by the contracting authority up to 4 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.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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

Two information meetings will be held:

• one on Monday, July 19 from 14.30-16.00, which will focus on the tender procedure and how to complete a tender;

• one on Friday, July 23 from 12.30-13.30, which will focus on how to complete the ESPD;

The information meetings will be held online via Microsoft Teams;

The meetings can be accessed via the links in the invitation letter in EU-Supply.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required:

The tenderer must describe a reference that includes Dankort payment gateway transactions and MobilePay payment gateway transactions. It can either be one reference that includes both Dankort payment gateway transactions and MobilePay payment gateway transactions or two seperate references (one reference that includes Dankort payment gateway transactions combined with one reference that includes MobilePay payment gateway transactions).

Deliveries of payment gateway transactions to the contracting authority may be used as a reference.

Only services carried out by the tenderer before the deadline to submit tender and carried out within 3 years before the deadline to submit tender may be included in the references. Therefore, in the case of an ongoing delivery, only the part of the deliveries carried out before the deadline to submit tender and within 3 years before the deadline to submit tender may be included in the reference.

It should be clear from the description of each reference:

• who the customer was (the recipient);

• the period to which the description relates to (start date and end date);

• whether the reference regards Dankort and/or MobilePay payment gateway transactions; and

• the amount of payment gateway transactions that have been carried out within the period (from the start date to the end date).

When submitting a tender, the tenderer agrees that the contracting authority can contact the specified customer (the recipient) 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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
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 247-613129
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/08/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Date: 16/08/2021
Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Participation in the tender procedure can only take place electronically via EU-Supply. To access the tender material, the tenderer must be registered or register as a user in EU-Supply, which can be done free of charge.

The 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 is 9 calendar days before the deadline for submission of tender. 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.

The tender and ESPD are submitted in EU Supply's dedicated module. In the case of an association of economic operators (a consortium), a separate ESPD must be submitted for each of the participating economic operators. 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 tenderer relies on the ability of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies on. By submitting the ESPD, each of the entities on which the tenderer 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 tenderer may submit only one tender.

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

At any time during the tender procedure 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, submits documentation for the information submitted in the ESPD.

Subcontractors on whom the tenderer 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 and tenders are submitted in English. The contracting authority reserves the right to disregard those parts of the questions and tenders which have not been submitted in English.

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 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 submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), shall the complainant notify the contracting authority in writing that a complaint has been submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud), and whether the complaint has been submitted 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 submitted during the standstill period, the complainant shall 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:
09/07/2021

Send til en kollega

0.047