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
2023/S 191-598126
Offentliggjort
04.10.2023
Udbudstype
Offentligt udbud

Udbyder

Rejsekort & Rejseplan A/S

Payment Solution (PSP)


Rejsekort & Rejseplan A/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Rejsekort & Rejseplan A/S
National registration number: 27332072
Postal address: Automatikvej 1, 1.
Town: Søborg
NUTS code: DK Danmark
Postal code: 2860
Country: Denmark
Contact person: Anders Aaselund Høier
E-mail: ah@rejsekort.dk
Internet address(es):
Main address: https://permalink.mercell.com/213149029.aspx
Address of the buyer profile: http://www.rejsekort.dk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/213149029.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/213149029.aspx
I.6) Main activity
Other activity: Public transportation

Section II: Object

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

Payment Solution (PSP)

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:

Rejsekort & Rejseplan A/S seeks a PSP Solution supplier.

Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/213149029.aspx

II.1.5) Estimated total value
Value excluding VAT: 12 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
NUTS code: DK Danmark
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

Rejsekort & Rejseplan A/S offers services to public transport users in Denmark. The Customer offers travelers an app Rejseplanen for journey planning, and it has more than 1,4 journey planning suggestions a day. Moreover, the Customer offers the ticketing service Rejsekort. Rejsekort is an electronic ticketing solution that both works as a ticketing and payment solution in one. Rejsekort is based on physical infrastructure enabling travelers to check-in when starting a journey and check-out when completing a journey. Rejsekort uses an e-wallet functionality, thus travelers must ensure sufficient funds on their Rejsekort before the traveler is allowed to check-in.  

The Customer currently has 2,2 million unique External End User of the Rejsekort and there are 3,3 million active cards. In 2022 External End Users completed more than 167 million journeys with Rejsekort (Rejsekort Classic and Rejsekort Commuter Combi) which is approximately 462.000 journeys each day. The Customer thus have a yearly turnover of approximately 3,4 billion DKK. In 2022 more than 17 million transactions were completed enabling External End Users to top-up money on their Rejsekort allowing them to check-in for travelling.  The Customer is currently working on introducing a digital PAYG solution where External End Users can use their smartphone to access and buy a valid travel permit for public transport nationwide in Denmark. The digital PAYG solution will not be based on e-wallet functionality but will be an actual PAYG solution where payments are processed after the External End User has travelled. The PAYG solution will handle the travel - and price calculations for the External End Users' journeys and send payment requests to the Solution. The PAYG solution is planned to be released in 2024. 

The Customer estimates a potential of more than 2 mio. External End Users when the PAYG solution is fully implemented over the course of 3 years. The External End Users travel 4,3-4,5, on average, each month. When an External End User starts one journey, they travel 1,66 journeys on that exact day.  

The Customer expects that many journeys will be completed with the digital PAYG solution, and thus many transactions will be completed. The number of transactions is increasing over time as more External End Users will be on-boarded to the PAYG solution, and thus increasing the number of travels and transactions.

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: 12 000 000.00 DKK
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:

2 x 12 months for a total duration of 72 months.

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.1.7) 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 tender documents.

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 agreement 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 agreement 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 agreement lays down requirements on compliance with the law on processing of personal data. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended, which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc.

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.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/10/2023
Local time: 09:00
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: 31/10/2023
Local time: 09:00

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 tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, cf. section I.3). For access to the tender documents, the candidate must register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (the Implementing Order). It is not necessary for the Candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate 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 question. The Candidate heading the group and submitting the application is not required to sign its ESPD document.

The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the agreement.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 sections 134 a, 135 and 136 of the Danish Public Procurement Act, cf. section 11(1), para. (1) of the Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Implementing Order. Before the award decision is made, the tenderers to whom the contracting entity intends to award the agreement must provide documentation of the information submitted in the ESPD pursuant to sections 150 and 155, cf. section 12 of the Danish Implementing Order. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud - Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799
Internet address: http://www.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
Fax: +45 41715100
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
29/09/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|