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 223-587362
Offentliggjort
17.11.2021
Udbudstype
Udbud efter forhandling

Udbyder

Danske Licens Spil A/S

Contract regarding 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=315206&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=315206&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 acquiring services, including related and complementary services

Reference number: Acquiring services
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 acquiring services, including related and complementary services, and including options regarding acquiring services for the activities related to Tivoli Casino, Swush and Klasselotteriet. The contract also includes acquiring 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, including options, that are estimated to accrue during the seven years the contract may run. In the tender phase, 1-3 negotiation meetings are expected to take place. Participants will not receive remuneration for participating in the tender procedure.

II.1.5) Estimated total value
Value excluding VAT: 58 000 000.00 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
II.2.4) Description of the procurement:

In the tender phase, 1-3 negotiation meetings are expected to take place. Participants will not receive remuneration for participating in the tender. The services included in the contract are services such as Acquiring services, Compliance, Finance & reconciliation, Retail services, Ad-hoc consultancy and Additional related and complementary services. For a short high-level description please see section II.1.4).

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 35%
Price - Weighting: 65%
II.2.6) Estimated value
Value excluding VAT: 58 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
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:

3 applicants will be pre-qualified to submit initial tenders, if the contracting authority receives a request for pre-qualification from 3 suitable applicants. If the contracting authority receives a request for pre-qualification from more than 3 suitable applicants, the pre-qualification of the most suitable candidates will be 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”. Each applicant may only submit up to three (3) references, regardless of whether the applicant e.g. chooses to rely on the capacity of others, or whether the applicant is an association e.g. a consortium. If more than 3 references are submitted by the applicant, only the three (3) first references will be included. The rest will be disregarded. Please see the description of the selection criteria in section III.1.3).

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

Similar services for the activities related to Tivoli Casino, Swush and Klasselotteriet

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

An information meeting will be held on Friday, November 26 from 13:30-15:00, which will focus on the tender procedure and how to complete the ESPD.

The information meetings will be held online via Microsoft Teams.

The meeting can be accessed via the link in the invitation letter in the electronic tender management system (EU-Supply), which can be accessed via the link in section I.3).

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required:

As a minimum requirement, an equity is required of at least DKK 8,3 million in the most recent annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the most recent annual report/financial statement available. 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.

Furthermore, as a minimum requirement, a total annual turnover of at least DKK 100 million is required in the most recent annual report/financial statement available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in the most recent annual report/financial statement available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover 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:

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:

1. To which extend the acquiring services regarding Visa and Mastercard in the references together have cleared a large transaction volume (where a larger volume is preferred over a smaller volume)

2. To which extend the acquiring services regarding Visa and Mastercard in the references together have cleared a large monetary amount (where a larger amount is preferred over a smaller amount)

3. If one of the references contains acquiring services regarding Visa and Mastercard delivered to a gambling, betting or lottery company

Criteria1-3 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 3 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.

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 includes deliveries of acquiring services to a recipient which is subject to EU regulation 2016/679 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data (General Data Protection Regulation).

* Whether the reference includes deliveries of acquiring services to a recipient which is subject to the Money Laundering Directive (EU Directive 2015/849 on preventing the use of the financial system for money laundering or terrorist financing).

* The transaction volume regarding Visa and Mastercard cleared within the periode (from the start date to the end date).

* The monetary amount regarding Visa and Mastercard cleared within the periode (from the start date to the end date).

* Whether the reference includes deliveries of acquiring services to a recipient that delivers gambling, betting or lottery services.

Deliveries of acquiring services to the Contracting Authority may be used as a reference.

When submitting the application, the applicant 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.

Only acquiring of Visa and Mastercard my be included in the references.

Furthermore, only services carried out by the tenderer before the deadline to submit application and carried out within 3 years before the deadline to submit application 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 application and within 3 years before the deadline to submit application may be included in the reference.

Minimum level(s) of standards possibly required:

As a minimum requirement, one (1) of the references submitted by the economic operator must include deliveries of acquiring services to a recipient which is subject to EU regulation 2016/679 on the protection of natural persons with regard to the processing of personal data and on the free movement of such data (General Data Protection Regulation).

In addition, as a minimum requirement, one (1) of the references submitted by the economic operator must include deliveries of acquiring services to a recipient which is subject to to the Money Laundering Directive (EU Directive 2015/849 on preventing the use of the financial system for money laundering or terrorist financing).

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 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.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/12/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/12/2021
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: yes
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:

The applicants 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 (udbudsloven).

Applicants and tenderers will be excluded from participation in the tender procedure if they tenderer are covered by the mandatory grounds for exclusion mentioned in sections 135 and 136 or the voluntary ground for exclusion mentioned in section 137, paragraph 1, number 2 of the Danish Public Procurement Act (Udbudsloven), unless the they submit sufficient documentation that they are 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 participants in the procedure submit documentation for the information submitted in the ESPD.

Each subcontractor on whom the applicant has relies on, must submit a signed ESPD as part of the application. Furthermore, 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 requested after the pre-qualification.

Each economic operator in an association of economic operators, must submit a signed ESPD as part of the application, except for the candidate heading the group and submitting the application who is not required to sign its ESPD document.

Furthermore, the economic operators 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 requested after the pre-qualification.

Regarding section IV.2.4 of 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.

Regarding section II.2.7 of the contract notice: the duration of the contract is calculated from the "go live"-date of the Solution cf. Appendix 1.

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:
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:
12/11/2021
Annonce Annonce
BREAKING
{{ article.headline }}
0.015|instance-web02