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
2018/S 168-382595
Offentliggjort
01.09.2018
Udbudstype
Udbud efter forhandling

Udbyder

Danske Spil A/S

e-Instant Solution and Related Services


Danske Spil A/S

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danske Spil A/S
64011715
Korsdalsvej 135
Brøndby
2605
Denmark
Contact person: Nicholaj Alstrøm
Telephone: +45 31145485
E-mail: nal@a-2.dk
NUTS code: DK01

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
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=214175&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=214175&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 activities

Section II: Object

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

e-Instant Solution and Related Services

Reference number: e-Instant Solution
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

Danske Lotteri Spil A/S wishes to sign a contract for delivery of an e-Instant Solution and related services. The agreement includes delivery and implementation of the e-Instant Solution as well as handling of related business processes and operations, maintenance and support.

The high level functional scope includes:

— standard E-Instant games, including Ticket games, Probability games, Number games and high/low games,

— custom e-Instant Games,

— e-Instant platform, including Random number generator and Third party game integrator,

— supporting services in relations to the e-Instant solution, including configuration and scheduling, as well as risk and commercial management,

— functionality to the customers support and administrative employees.

II.1.5) Estimated total value
Value excluding VAT: 25 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
72000000
92351000
72260000
72250000
72212100
72200000
II.2.3) Place of performance
NUTS code: DK01
II.2.4) Description of the procurement:

Danske Lotteri Spil A/S wishes to sign a contract for delivery of an e-Instant Solution and related services. The agreement includes delivery and implementation of the e-Instant Solution as well as handling of related business processes and operations, maintenance and support.

The high level functional scope includes:

— e-Instant games, including Ticket games, probability games, Number games and high/low games.

— custom e-Instant Games.

— e-Instant Platform, including Random number generator and Third party game integrator.

— supporting services in relations to the e-Instant Solution, including configuration and scheduling, as well as risk and commercial management.

— functionality to the Customers support and administrative employees.

The Supplier shall deliver an e-Instant solution. The development and test process will take place in close cooperation between Danske Lotteri Spil A/S and the Supplier. In addition to the e-Instant Solution the Supplier must provide training and Hypercare after go-live.

Following the delivery the supplier must provide Service delivery, which consist of operations, maintenance and support of the e-Instant Solution. In addition, the Supplier must provide new e-Instant Games and business process services covering the handling and monitoring etc. of the e-Instant Games.

In addition to this, the Supplier shall provide ongoing Ad-hoc Consultancy services.

The e-Instant solution is required to support multiple sales channels including pc/Mac, mobile/tablet and app for customers in Denmark, Greenland and the Faroe Islands.

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: 25 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The contract contains options for renewal: 2 x 12 months

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:

If more than 4 applicants meet the given selection criteria, then Danske Lotteri Spil A/S will conduct a reduction, where the number of applicants are reduced to 4. The reduction will be conducted based on the reference cases submitted by the applicants, where the applicants with the most relevant reference cases will be picked for Pre-qualification. The most relevant reference cases are identified through an evaluation where the specific reference case will be rated particularly relevant, if it demonstrates:

— experience with solutions and services similar to the ones in the present tender,

— experience with conversion of physical ticket games (scratch games) to online versions,

— experience with cooperation with third party suppliers of e-instant games,

— experience with delivery of e-instant games to other monopoly game operators.

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

Options for renewal as given in section II.2.7

II.2.12) Information about electronic catalogues
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Applicants must state their equity for the last financial year. The equity must be stated in the ESPD part IV, section B Economic and financial standing, under the heading Financial ratio.

Minimum level(s) of standards possibly required:

Applicants must display a positive equity for the last financial year.

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

Applicants must submit 3-5 reference cases displaying performance of services and deliveries similar to the present tender.

Minimum level(s) of standards possibly required:

Applicants must submit a minimum of 3 reference cases displaying performance of services and deliveries similar to the present tender. Each reference case must demonstrate an example of a delivery, that the applicant has performed or been a part of each reference case must demonstrate a delivery similar to the present tender.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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.1.6) Information about electronic auction
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/10/2018
Local time: 12:00
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:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

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:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Information regarding complaints is available at the following website: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/klagevejledning/

VI.4.4) Service from which information about the review procedure may be obtained
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0

VI.5) Date of dispatch of this notice:
29/08/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|