23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2021/S 193-503856
Offentliggjort
05.10.2021
Udbudstype
Udbud efter forhandling

Udbyder

DOT I/S

DOT SMS Tickets


DOT I/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: DOT I/S
National registration number: 25050053
Postal address: Gammel Køge Landevej 3
Town: Valby
NUTS code: DK Danmark
Postal code: 2500
Country: Denmark
Contact person: Mustapha Katamato
E-mail: mumk@dsb.dk
Telephone: +45 24680993
Internet address(es):
Main address: https://dinoffentligetransport.dk/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=312268&B=DSB
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=312268&B=DSB
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

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

DOT SMS Tickets

Reference number: DOT SMS Tickets
II.1.2) Main CPV code
64212100 Short Message Service (SMS) services
II.1.3) Type of contract
Services
II.1.4) Short description:

DOT I/S wishes to enter a contract with the overall purpose of ensuring the delivery of a “DOT SMS Tickets solution as a service” to DOT I/S. The overall purpose of this tender is ensuring the delivery of a “DOT SMS Tickets solution as a service” to DOT I/S, including the following: - A sales platform for DOT SMS tickets - A back-office web solution for processing customer inquiries (refunds, etc.) - Receipt solution for customers - Support for optical scanning of tickets via other solutions such as DSB's and Movia's existing control equipment (delivery may include documentation, reference implementations or similar) - Service Desk 24/7 - Operations and maintenance 24/7

II.1.5) Estimated total value
Value excluding VAT: 30 000 000.00 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
72253000 Helpdesk and support services
72421000 Internet or intranet client application development services
72600000 Computer support and consultancy services
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

DOT I/S wishes to enter a contract with the overall purpose of ensuring the delivery of a “DOT SMS Tickets solution as a service” to DOT I/S. The overall purpose of this tender is ensuring the delivery of a “DOT SMS Tickets solution as a service” to DOT I/S, including the following: - A sales platform for DOT SMS tickets - A back-office web solution for processing customer inquiries (refunds, etc.) - Receipt solution for customers - Support for optical scanning of tickets via other solutions such as DSB's and Movia's existing control equipment (delivery may include documentation, reference implementations or similar) - Service Desk 24/7 - Operations and maintenance 24/7

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: 30 000 000.00 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 shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of whether the references docu-ment experience with delivery of comparable services.

In the evaluation of which candidates have documented the most relevant deliveries of comparable ser-vices, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The candidate must submit the European Single Procurement Document ("ESPD") with the following in-formation:

The candidate's equity in the most recent financial year available

The candidate's total annual turnover in the most recent financial year available

If the candidate relies on the economic and financial capacity of other entities, the contracting entity re-quires that the candidate and the entities in question undertake joint and several liability for the perfor-mance of the contract.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability require-ments 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 following documentation of economic and financial capacity must be submitted:

The operator's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be sub-mitted for each participating operator in the group. Where an operator 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.

A statement regarding the operator's overall turnover in the most recent annual report/financial statement available, depending on when the operator was set up or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the most recent annual re-port/financial statement available must be submitted for each participating operator in the group. Where an operator 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.

Minimum level(s) of standards possibly required:

As a minimum requirement, an equity is required of at least DKK 0 in the most recent annual re-port/financial statement available. If the candidate relies on the capacity of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the most recent financial year availa-ble. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.

As a minimum requirement, a total annual turnover of at least DKK 15 million is required in the most recent annual report/financial statement available. If the candidate relies on the capacity of other entities, the turno-ver is to be calculated as the total turnover of the candidate and such other entities in the most recent finan-cial year available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turno-ver of the operators in the most recent annual report/ financial statement available. The information is to be stated in section IV.B of the ESPD.

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

III.1.3) Technical and professional ability

☒ Selection criteria as stated in the procurement documents

List and brief description of selection criteria:

The candidate must submit the ESPD with the following information:

A list of the 3 most significant comparable services, see sections II.1.4) and 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) and in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the services already 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 deliveries made. The description of the delivery 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), the date of delivery and the name of the customer (recipient).

When indicating the date of the delivery, the tenderer is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate the specification of the date.

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).

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see section III.1.3 and the candidate'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.

III.1.6) Deposits and guarantees required:

The candidate must have a professional liability insurance in accordance with the contract in the tender material.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

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.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No specific legal form is required.

If the order 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.

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

The contract has incorporated the corporate social responsibility considerations, as appropriate, as 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 re-quirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
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: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/11/2021
Local time: 23:59
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)

Section VI: Complementary information

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

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure may be accessed under the tab "Ongoing public invitations to tender". If the application contains several versions of the same document, the latest uploaded version will apply. The contracting entity would prefer that questions regarding prequalification are submitted within 21-10-2021. Interested operators are requested to keep updated via the electronic tendering system. The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out 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. It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a sepa-rate ESPD must be submitted for each participating economic operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in ques-tion. The candidate heading the group and submitting the application is not required to sign its ESPD docu-ment. If the candidate relies on the capacity of other entities, an ESPD must be submitted for and signed by each of the entities on which the candidate relies. 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 or the grounds for exclusion set out in s.137(1), para. [x]], cf. s.10, para. (1) of Ministerial Order on procure-ment by entities operating in the water, energy, transport and postal services sectors, unless the candidate has submitted sufficient documentation for its reliability in accordance with s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørel-sen). Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sec-tions 151 and 152(3), cf. section 11 of the Danish Order on Implementation. In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety. Additional information: As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, including the price of all options. The estimate is based on his-torical spending and future estimated spending. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. As regards section II.2.9) it should be noted that each candidate may only submit one application for prequalification. The contracting entity may ask the applicant to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application does not meet the formal requirements of the procurement documents. For information on the process of the negotiations, reference is made to the tender specifications and the related Appendices B and C. The contracting entity reserves the right to conduct the negotiations in several stages for the purpose of limiting the number of tenders for negotiation. The contracting entity reserves the right to award the contract on the basis of the initial tender.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
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
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (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 submis-sion of notification to the candidates concerned of the identity of the successful tenderer where the notifi-cation 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 Euro-pean 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 can-didates concerned that a contract based on a framework agreement with reopening of competition or a dy-namic 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 Procure-ment, 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/

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:
30/09/2021
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|