23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 025-054643
Offentliggjort
05.02.2019
Udbudstype
Udbud efter forhandling

Udbyder

Danske Spil A/S

Vindere

Online Virtuel Betting Solution

(30.08.2019)
Playtech BGT Sport Ltd
Kilkis 37 Latsia
2234 Nicosia

Online Virtuel Betting Solution


Danske Spil A/S

Contract notice

Supplies

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: 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=230487&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=230487&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 and betting activities

Section II: Object

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

Online Virtuel Betting Solution

Reference number: OVB Jan-Feb 2019
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Danske Lotteri Spil A/S wishes to sign a contract for delivery of an Online Virtual Betting Solution (OVB Solution). The contract includes delivery and implementation of the OVB Solution as well as handling of related business processes and IT operations services, including maintenance and support of the OVB Solution. The overall scope of the OVB Solution includes:

— online virtual betting games including racing games and sports games,

— handling of all punter transactions,

— integrations with relevant customer systems.

II.1.5) Estimated total value
Value excluding VAT: 10 000 000.00 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
72250000
72212100
92350000
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

Danske Lotteri Spil A/S wishes to sign a contract for delivery of an Online Virtual Betting Solution (OVB Solution). The contract includes delivery and implementation of the OVB Solution as well as handling of related business processes and IT operations services, including maintenance and support of the OVB Solution. The overall scope of the OVB Solution includes:

— online virtual betting games including racing games and sports games,

— frontend and back-end of the OVB solution handling all punter transactions,

— integrations with relevant customer systems.

The supplier shall deliver an OVB 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 OVB Solution the supplier must provide training and Hypercare after making the OVB Solution available to the punters.

Following the delivery of the OVB Solution, the supplier must provide service delivery, which consist of operations, maintenance and support of the OVB Solution. In addition, the supplier must provide business process services covering the handling and monitoring, etc. In addition to this, the supplier shall provide ad-hoc consultancy services. The OVB Solution is required to support multiple sales channels including web and mobile for customers in Denmark, Greenland and the Faroe Islands.

Danske Lotteri Spil A/S’ business objectives for the solution are to:

— introduce and position Danske Spil as the preferred provider of Online Virtual Betting in the Danish market,

— ensure a sustainable and profitable growth in Online Virtual Betting through web- and mobile devices,

— be able to swiftly launch new attractive games to the market that are market-leading in terms of game characteristics like graphics and betting and market types, etc.

— establish a partnership with a Supplier that will be in charge of driving all development and operations of the OVB Solution,

— create synergies with the existing Danske Spil gaming offerings, which supports and interacts with existing gaming.

Danske Lotteri Spil A/S is a subsidiary to Danske Spil A/S and has a monopoly on offered games. According to a licence, Danske Spil A/S is obliged to appear as a supplier of a popular and attractive selection of games which channels the demand for games that are permitted by law into a controlled and ethical framework. Danske Spil A/S operates under the Tax Minister's Supervision and Gaming Authority Control. Danske Spil A/S is operated in accordance with traditional commercial principles; profits are distributed according to the decisions made by the Danish Parliament to benefit sports, culture and other non-profit activities.

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: 10 000 000.00 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:

Option for renewal for 2 times 12 months

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

If more than four (4) applicants meet the given criteria. Danske Spil A/S will reduce the number of applicants to four (4).

The reduction will be based on the most relevant reference cases, were the applicant’s that submits 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 deliveries comparable to the content and size of the one in the present tender,

— experience with deliveries to companies and entities comparable to Danske Lotteri Spil A/S.

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 above-mentioned 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 the option for renewal as given in 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 show their equity for the last fiscal year.

The equity has to be stated in the ESPD part IV

Minimum level(s) of standards possibly required:

Applicants must display an economic resilience, that qualify the applicant as a suitable supplier. Therefore, 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 are required to submit 3-5 relevant reference cases, that documents performance of projects or products similar to the present tender.

Minimum level(s) of standards possibly required:

Applicants must display a sufficient technical knowhow and experience. Therefore, applicants must submit a minimum of three (3) and a maximum of five (5) reference cases displaying per-formance of 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.2.2) 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: 05/03/2019
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
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:
31/01/2019

Send til en kollega

0.062