1.
Buyer
1.1.
Buyer
Official name
:
DSB
Activity of the contracting entity
:
Railway services
2.
Procedure
2.1.
Procedure
Title
:
Tender for onshore IT resource partner
Description
:
The scope of this tender is to enter into a Framework Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate.the Supplier will be the responsible party for sourcing of consultants to DSB. the Supplier will act as a single point of contact for consultants hire in the below categories. The primary service under the Framework Agreement is the delivering of Consultants in the following categories via automated processes supported by a Service Organization:o SAP resources o IT Architectso IT Project Managerso IT developers
Procedure identifier
:
64a7d1a6-4843-4de7-8501-76f4e92d7cf5
Previous notice
:
b614f9d4-747b-4da6-b584-a97b1ea086ee-01
Internal identifier
:
A-25240
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
Main features of the procedure
:
A negotiated tender is carried out with the possibility of accepting the initial tender, cf. the tender specifications. 5 applicants are prequalified to submit tenders. The procedure is described in more detail in the tender specifications and associated annexes.
2.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72200000
Software programming and consultancy services
Additional classification
(
cpv
):
72220000
Systems and technical consultancy services,
72221000
Business analysis consultancy services,
72224000
Project management consultancy services,
72226000
System software acceptance testing consultancy services,
72227000
Software integration consultancy services,
72228000
Hardware integration consultancy services,
72266000
Software consultancy services,
72600000
Computer support and consultancy services
2.1.2.
Place of performance
Postal address
:
Telegade 2
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
800 000 000,00
DKK
Maximum value of the framework agreement
:
1 000 000 000,00
DKK
2.1.4.
General information
Additional information
:
Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 28.05.2025, at 10.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone. The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The estimated value of the services that can be delivered under the framework agreement is DKK 800 million. The Contracting Entity's estimate of the framework agreement's estimated value is based on the Contracting Entity's expectation of the offered prices, including price adjustments during the contract period. The total maximum value of the services to be delivered under the framework agreement amounts to DKK 1 billion. The difference between the estimated value and the maximum value is due to the uncertainty about the final value of the framework agreement. The estimated value thus reflects the Contracting Entity's estimate of the expected draw on the framework agreement, while the maximum value expresses the highest value of all contracts to be delivered within the framework agreement's duration. This takes into account both the Contracting Entity's expectations based on the most likely draw on the framework agreement and the expected uncertainty associated with this estimate. Regarding the estimated value, it should be noted that tenderers are not guaranteed any minimum draw on the framework agreement, and the stated estimate does not imply a commitment from the Contracting Entity for a minimum draw on the framework agreement. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The Contracting Entity reserves the right to award based on the initial tender. The tendered framework agreement is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the framework agreement. Legal basis: Directive 2014/25/EU
Legal basis
:
Directive 2014/25/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Tender for onshore IT resource partner
Description
:
The scope of this tender is to enter into a Framework Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate.the Supplier will be the responsible party for sourcing of consultants to DSB. the Supplier will act as a single point of contact for consultants hire in the below categories. The primary service under the Framework Agreement is the delivering of Consultants in the following categories via automated processes supported by a Service Organization:o SAP resources o IT Architectso IT Project Managerso IT developers
Internal identifier
:
A-25240
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72200000
Software programming and consultancy services
Additional classification
(
cpv
):
72220000
Systems and technical consultancy services,
72221000
Business analysis consultancy services,
72224000
Project management consultancy services,
72226000
System software acceptance testing consultancy services,
72227000
Software integration consultancy services,
72228000
Hardware integration consultancy services,
72266000
Software consultancy services,
72600000
Computer support and consultancy services
5.1.2.
Place of performance
Postal address
:
Telegade 2
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
8
Years
5.1.4.
Renewal
Maximum renewals
:
2
Other information about renewals
:
Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 28.05.2025, at 10.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone. The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The estimated value of the services that can be delivered under the framework agreement is DKK 800 million. The Contracting Entity's estimate of the framework agreement's estimated value is based on the Contracting Entity's expectation of the offered prices, including price adjustments during the contract period. The total maximum value of the services to be delivered under the framework agreement amounts to DKK 1 billion. The difference between the estimated value and the maximum value is due to the uncertainty about the final value of the framework agreement. The estimated value thus reflects the Contracting Entity's estimate of the expected draw on the framework agreement, while the maximum value expresses the highest value of all contracts to be delivered within the framework agreement's duration. This takes into account both the Contracting Entity's expectations based on the most likely draw on the framework agreement and the expected uncertainty associated with this estimate. Regarding the estimated value, it should be noted that tenderers are not guaranteed any minimum draw on the framework agreement, and the stated estimate does not imply a commitment from the Contracting Entity for a minimum draw on the framework agreement. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The Contracting Entity reserves the right to award based on the initial tender. The tendered framework agreement is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the framework agreement. Legal basis: Directive 2014/25/EU
5.1.5.
Value
Estimated value excluding VAT
:
800 000 000,00
DKK
Maximum value of the framework agreement
:
1 000 000 000,00
DKK
5.1.6.
General information
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 28.05.2025, at 10.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone. The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The estimated value of the services that can be delivered under the framework agreement is DKK 800 million. The Contracting Entity's estimate of the framework agreement's estimated value is based on the Contracting Entity's expectation of the offered prices, including price adjustments during the contract period. The total maximum value of the services to be delivered under the framework agreement amounts to DKK 1 billion. The difference between the estimated value and the maximum value is due to the uncertainty about the final value of the framework agreement. The estimated value thus reflects the Contracting Entity's estimate of the expected draw on the framework agreement, while the maximum value expresses the highest value of all contracts to be delivered within the framework agreement's duration. This takes into account both the Contracting Entity's expectations based on the most likely draw on the framework agreement and the expected uncertainty associated with this estimate. Regarding the estimated value, it should be noted that tenderers are not guaranteed any minimum draw on the framework agreement, and the stated estimate does not imply a commitment from the Contracting Entity for a minimum draw on the framework agreement. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The Contracting Entity reserves the right to award based on the initial tender. The tendered framework agreement is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the framework agreement. Legal basis: Directive 2014/25/EU
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price:
Description
:
Beskrivelse af tildelingskriterier (engelsk)Evaluation of the sub criterion “Price” is based on the total evaluation-technical price cf. Annex B2 – Rates. The calculation is based on Annex B2 – Rates in accordance with the charges offered by the tenderer.The total evaluation-technical price is based on the Total Cost of the Consultants defined in the material.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
35,00
Criterion
:
Type:
Quality
Name
:
Service organisation
Description
:
Beskrivelse af tildelingskriterier (engelsk)Evaluation of the sub criterion “Service Organisation” is based on the requirement in Annex A1 no. 1, 2, 3, 4, 5, 11 and 12. All evaluable requirements are weighted equal.DSB will conduct an overall evaluation of the entire Sub-criteria based on the Tenderers fulfillment of the requirements in Annex A1.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
Criterion
:
Type:
Quality
Name
:
consultancy depth and width
Description
:
Beskrivelse af tildelingskriterier (engelsk)Evaluation of the sub criterion “Consultancy depth and width” is based on the Tenderer’s reply to the following evaluable requirements ID 13, 14, 15 and 16. All evaluable requirements are weighted equal.DSB will conduct an overall evaluation of the entire Sub-criteria based on the Tenderers fulfillment of the requirements in Annex A1.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
25,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, without reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Information about review deadlines
:
In accordance with the Act on the Complaints Board for Public Procurement etc. (the act can be accessed at www.retsinformation.dk), the following deadlines apply for filing a complaint:A complaint about not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. section 7, subsection 1 of the act, from the day after the notification is sent to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection 1, no. 1 of the act.In other situations, a complaint about procurement, cf. section 7, subsection 2 of the act, must be submitted to the Complaints Board for Public Procurement within:6 months after the contracting authority has entered into a framework agreement counted from the day after the day the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection 2 of the act.No later than at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement, and whether the complaint is submitted during the standstill period, cf. section 6, subsection 4 of the act. In cases where the complaint is not submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. section 12, subsection 1 of the act.The email address of the Complaints Board for Public Procurement is provided under "Organization".The complaint guidance of the Complaints Board for Public Procurement can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure
:
DSB
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract
:
DSB
6.
Results
Maximum value of the framework agreements in this notice
:
1 000 000 000,00
DKK
6.1.
Result lot identifier
:
LOT-0000
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
1 000 000 000,00
DKK
Re-estimated value of the framework agreement
:
800 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
emagine Consulting A/S
Tender
:
Tender identifier
:
Tender for onshore IT resource partner (1) - emagine Consulting A/S
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
534 771 600,00
DKK
The tender is a variant
:
no
Country of origin of the product or the service
:
Denmark
Subcontracting
:
No
Contract information
:
Identifier of the contract
:
Tender for onshore IT resource partner (1) - emagine Consulting A/S
Date on which the winner was chosen
:
07/10/2025
Date of the conclusion of the contract
:
20/10/2025
Information about European Union funds
:
Organisation signing the contract
:
DSB
6.1.4.
Statistical information
Summary of the review requests the buyer received
:
Number of complainants
:
0
Received tenders or requests to participate
:
Type of received submissions
:
Requests to participate
Number of tenders or requests to participate received
:
9
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
5
Range of tenders
:
Value of the lowest admissible tender
:
534 771 600,00
DKK
Value of the highest admissible tender
:
662 691 600,00
DKK
8.
Organisations
8.1.
ORG-0001
Official name
:
DSB
Registration number
:
25 05 00 53
Postal address
:
Telegade 2
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Contact point
:
Kathrine Conda
Telephone
:
+45 24680000
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Telephone
:
+45 72405708
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
emagine Consulting A/S
Size of the economic operator
:
Large
Registration number
:
26249627
Postal address
:
Sydhavnsgade 16, 2. Sal.
Town
:
Copenhagen SV
Postcode
:
2450
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
+45 27133535
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
8.1.
ORG-0005
Official name
:
Mercell Holding ASA
Registration number
:
980921565
Postal address
:
Askekroken 11
Town
:
Oslo
Postcode
:
0277
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
eSender
Telephone
:
+47 21018800
Fax
:
+47 21018801
Roles of this organisation
:
TED eSender
Notice identifier/version
:
5bef6c84-01ae-45f1-9f50-edc562194910
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
18/11/2025
09:12:01 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)
:
18/11/2025
09:31:00 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
766665-2025
OJ S issue number
:
223/2025
Publication date
:
19/11/2025