23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 235-537643
Offentliggjort
06.12.2018
Udbudstype
Udbud efter forhandling

Udbyder

Danske Lotteri Spil A/S

Opdateringer

Annullering
(31.01.2020)

Due to lack of suitable tenderers the contracting authority has decided to cancel the procurement procedure.

e-Instant Solution and Related Services


Danske Lotteri Spil A/S

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danske Lotteri Spil A/S
64011715
Korsdalsvej 135
Brøndby
2605
Denmark
Contact person: Nicholaj Alstrøm
Telephone: +45 31145485
E-mail: nal@a-2.dk
NUTS code: DK012

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=226457&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=226457&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

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

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,

— supporting services, including configuration, scheduling, risk — and commercial management,

— e-instant platform, including random number generator and third party game integrator,

— functionality to the customers support and administrative employees,

— integrations to customers systems.

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
72200000
72260000
92350000
72250000
72212100
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

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,

— supporting services, including configuration, scheduling, risk- and commercial management,

— e-Instant platform, including random number generator and third party game integrator,

— functionality to the customers support and administrative employees,

— integrations to customers systems.

The development and test process will take place in close cooperation between Danske Lotteri Spil A/S and the Supplier. Additionally 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 consists 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.

Hereto, the Supplier shall provide ongoing Ad-hoc Consultancy Services.

The e-Instant Solution is required to support multiple sale 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 times 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 four (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 four (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 pre-qualified.

The most relevant reference cases are identified through an evaluation, where the specific reference case will be rated particularly relevant, if it demonstrates one or more of the following experiences:

— 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.

The evaluation will both observe the extent to which the reference cases show the above mentioned conditions in depth and in width.

— Depth – To which extent each reference case demonstrates the above-mentioned experiences.

— Width – To which extent the experiences are demonstrated across the reference cases.

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

The contract contains one (1) option besides the options for renewal as given in section II.2.7:

Delivery of converted Ticket Games — The Supplier shall convert and deliver a fixed number of Ticket Games (scratch games)

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 have 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 documenting performance of services and deliveries similar to the present tender.

Minimum level(s) of standards possibly required:

Applicants must submit a minimum of three (3) and a maximum of five (5) reference cases displaying performance of relevant services and deliveries similar to the present tender.

If more than five (5) reference cases are submitted, then only the five (5) first reference cases will be taken into account; starting with reference cases stated in the ESPD.

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: 07/01/2019
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 72405600
E-mail: klfu@naevneneshus.dk

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

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for lodging appeals: Pursuant to Section 3 of the Danish Consolidation Act No. 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the Contracting Authority has sent notification to the candidates involved, cf. § 7(1) of the Act on the Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.

Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement be filed with The Complaints Board for Public Procurement within:

1) 45 calendar days after the Contracting Authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the Contracting Authority has informed the tenderers in question, that the Contracting Authority has entered into a contract based on a Framework Agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the Contracting Authority has sent notification to the candidates/tenderers involved that the Contracting Authority has entered into the Framework Agreement, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the Contracting Authority has published a notice concerning its decision to uphold the contract, cf. the principle in § 185(2) of the Public Procurement Act (Act No. 1564 of 15.12.2015 — available at www.retsinformation.dk).

The complainant must inform the Contracting Authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said act.

The e-mail of The Complaints Board for Public Procurement is stated in section VI.4.1.

The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in section VI.4.1.

VI.4.4) Service from which information about the review procedure may be obtained
The Danish Competition and Consumer Authority (Konkurrence- og Forbrugerstyrelsen)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
04/12/2018

Send til en kollega

0.109