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
2022/S 007-014533
Offentliggjort
11.01.2022
Udbudstype
Udbud efter forhandling

Udbyder

DSB

Vindere

Payment Solution

(08.07.2022)
Reepay A/S
Pilestræde 28A, 2. tv
København K

Payment Solution


DSB

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: DSB
National registration number: 25 05 00 53
Postal address: Telegade 2
Town: Taastrup
NUTS code: DK Danmark
Postal code: 2630
Country: Denmark
Contact person: Joachim Machholm
E-mail: jmac@dsb.dk
Telephone: +45 22162246
Internet address(es):
Main address: https://www.dsb.dk/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
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=320659&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=320659&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:

Payment Solution

II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

DSB needs to replace its existing payment service provider on all online sales channels.

The purpose of this tender is for DSB to purchase a payment service solution (the Solution), that supports DSB in providing journeys to its customers in a fast and convenient electronic payment experience via a reliable and stable Solution. The Business Description in Appendix 1 – Introduction sets out the business objectives and considerations that the Solution should help to support.

The contract is not divided into subcontracts, as significant economies of scale are expected by consolidating the activities.

The estimated value is a high estimate of the costs and fees that are estimated to be able to accrue during the eight years the contract may run.

This tender relates to the following Periodic indicative notice – utilities - 2021/S 235-620061.

II.1.5) Estimated total value
Value excluding VAT: 27 000 000.00 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:

The tender procedure will be conducted in accordance with the provisions in the Danish EU Utility Directive (Forsyningvirksomhedsdirektivet).

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

The following main services can be highlighted covered by the contract :

- Dankort processing;

- MobilePay processing;

- Subscription management;

- Maintenance and support of a solution which demands a very high degree of stability a of the solution and ensure a solution that is fully up-to date and consultancy regarding the solution;

- DSB may order Services as Per Order (further development and consultancy services) in accordance with appendix 9 – Service as per Order.

Prequalification is to be applied for by submission of the ESPD.

The tender specifications are primarily relevant to candidates who have been prequalified to submit initial tender and to participate in the negotiation phase. The tender specifications provide guidelines for submission of tender, communication between the tenderer and the contracting entity, and information about the negotiations and the tendering process in general.

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: 72
This contract is subject to renewal: yes
Description of renewals:

The duration of the contract is 6 years calculated from the go-live-date and can be extended by the contracting authority up to 1 time, with extension running 2 years, so that the total duration of the contract can be up to 8 years from the go-live-date.

The extension(s) shall be on the same terms and conditions, including prices, as in effect at the initial expiry of the Contract.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

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 are listed in section 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 insections II.1.4) and II.2.4). The assessment of which candidates have documented the most relevant references will be based on an overall assessment of whether all the references together document a high degree of relevant experience, see above.

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

As regards section II.2.9) each candidate may only submit one application for prequalification.

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 selection is based on a list of the 3 most significant comparable “Main Services” 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 on going 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 number of transactions, number of sales channels / diversity 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 frameworkagreement, 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 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 entityr eserves 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.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Financing conditions and payment arrangements is 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 28.6.2007 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 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.

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

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 labourclauses 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 begarding 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.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 235-620061
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/01/2022
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 31/01/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English

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 tendering procedure may only take place via the electronic tendering system used by DSB, see section I.3). 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.

Questions regarding prequalification should be asked within january 14th 2022.

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.4.2) Body responsible for mediation procedures
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. (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 and section 171(2) of the Danish Public Procurement 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 authority has published a notice in the Official Journal of the European Union that the contracting authority 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 authority 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 authority entered into a framework agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting authority has submitted notification of its decision, see section 185(2) of the Danish Public Procurement 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 authority in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the stand-still 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 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:
06/01/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|