23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 062-145211
Offentliggjort
28.03.2019
Udbudstype
Udbud efter forhandling

Udbyder

DSB

Opdateringer

Rettelse
(07.05.2019)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 24-04-2019
Time: 23:59
Read:
Date: 26-04-2019
Time: 23:59


Additional information
The contracting entity have decided to postpone the deadline for submission of application for prequalification. The new deadline for submitting the application for prequalification is:
Date: 26.4.2019
Local time: 23:59

Annullering
(23.12.2019)

The contracting entity has reconsidered how its business objectives and needs can be fulfilled in the best possible way. The input from the tenderers in the initial tenders and during the negotiations have led DSB to conclude that are increased risks to whether DSB’s business objectives and needs can be fulfilled technically and commercially. The contracting entity has therefore reached the conclusion that the uncertainties of achieving the contracting entity’ business gains are greater on the longer run than the business advantages achieved in the short term. The contracting entity has therefore decided to cancel the tender process regarding delivery of a strategic sales platform.

Delivery of Strategic Sales Platform to DSB


DSB

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DSB
25 05 00 53
Telegade 2
Taastrup
2630
Denmark
Contact person: Lars Veggerby
E-mail: lveg@dsb.dk
NUTS code: DK

Internet address(es):

Main address: http://www.dsb.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264

I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=235712&B=DSB
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=235712&B=DSB
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

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

Delivery of Strategic Sales Platform to DSB

II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description:

The purpose of the public procurement procedure is delivery, operation, support, hypercare, maintenance and further development of a modern sales platform that will support the DSB in their commercial efforts. The modern sales platform shall support the commercial division in their efforts to succeed in a market where differentiation, agility, simplicity and time-to-market are key to success.

II.1.5) Estimated total value
Value excluding VAT: 23 000 000.00 EUR
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)
48100000
48481000
72000000
72212100
72212480
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

I. Background and purpose:

DSB (Danish State Railway) is an independent public corporation owned by the Danish Ministry of Transport. DSB’s goal is to offer attractive door-to-door journeys to our customers where train is a part of the journey. Annually DSB has more than 195 000 000 passengers and employs approximately 7 400 people. The field of transport is subject to growing competition driving DSB’s need for the realization of an overall business strategy and the modern backend sales platform shall contribute to this realization.

The backend sales platform will hold a central place in DSB’s complex system landscape why the implementation of the backend sales platform is assumed to take place in close cooperation with DSB utilizing an agile approach.

The central role entails that the backend sales platform will have a considerable number of integrations to existing and/or new DSB systems. The integrations are within 4 different business/administrative domains: sales channel systems, customer support systems, back-end systems and system management.

II. Main services:

The following main services can be highlighted regarding backend sales platform:

A. Delivery of configurable standard solution that supports 4 main areas:

I. Commerce;

II. Journey planner;

III. Ticket, booking, product and price engine;

IV. Inventory.

B. Implementation and configuration of a configurable standard solution with focus on efficiency and customization in an agile cooperation;

C. Integration to and from the standard solution;

D. Operation and support of a solution with focus on operational stability;

E. Maintenance and further development of a solution and product development with a high degree of customer involvement.

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: 23 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Option to prolong the duration of the contract one time with 24 months. In addition, DSB can extend the contract for a further period of 12 months in accordance with clause 45 of the contract.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant references of deliveries, see section III.1.3), of the “Main services” covered by the contract, which is listed in sections and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of “Main services” comparable in terms of needs, requirements and volume to the main services covered by the contract, see the description in sections II.1.4) and II.2.4).

The assessment of which candidates have documented the most relevant references, all references will be based on an overall assessment of whether all the references together document a high degree of relevant experience, see above.

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

Option to prolong the duration of the contract one time with 24 months. In addition, DSB can extend the Contract for a further period of 12 months in accordance with clause 45 of the contract.

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

As regards section II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including the price of all options, where expected savings and efficiency improvements are taken into account.

As regards section II.2.9) it should be noted that each candidate may only submit one application for pre-qualification.

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:

The candidate must submit a completed version of the European Single Procurement Document (ESPD), including Part IV, section B, with the following information:

— the total annual turnover in the last 3 financial years available,

— the EBIT margin (EBIT/turnover * 100) in the last 3 financial years available,

— the solvency ratio (equity to total assets ratio) in the last 3 financial years available.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the candidate must submit the following documentation of economic and financial capacity (1-3):

1) total annual turnover: a statement regarding the candidates overall turnover in the last 3 financial years available, depending on the date when the undertaking was set up or started trading, if the information on these turnovers is available. For groups of candidates (e.g. a consortium), the information must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided;

2) EBIT margin: a statement regarding the candidates average EBIT margin (calculated by dividing EBIT with turnover (EBIT/turnover*100)) in the last 3 financial years available, depending on the date when the candidate was set up or started trading, if the information on these turnovers and the figures for EBIT are available. For groups of candidates (e.g. a consortium), the information must be submitted for each participating candidate in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.

3) solvency ratio: a statement regarding the candidates average solvency ratio (calculated as (equity/total assets*100) in the last 3 financial years available, depending on the date when the candidate was set up or started trading, if the figures for equity and assets are available. For groups of candidates (e.g. a consortium), the information must be submitted for each participating candidate in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.

Minimum level(s) of standards possibly required:

The candidate must meet the following minimum requirements at the time of pre-qualification as an average of the last 3 financial years prior to the deadline for submission of application for pre-qualification:

1) a total annual turnover of at least 26 000 000 EUR;

2) an EBIT margin of at least 5 % — calculated by dividing EBIT with turnover (EBIT/turnover* 100);

3) a solvency ratio of at least 20 % – calculated by dividing equity with total assets (equity/total assets *100).

If the candidate is the parent company of a group of companies (i.e. the same legal group) the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the group of companies. “The same legal group" shall be defined as entities covered by directive 2013/34/EU (directive on the annual financial statements, consolidated financial statements and related reports of certain types of undertakings) art. 22(1).

If the candidate is an intermediate parent company (i.e. the parent company of a “sub-group" of companies) or the candidate is relying on the economic and financial capacity of such an intermediate parent company, the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the “sub group” of companies.

If the candidate is relying on the capacity of one or more other entities the turnover, EBIT margin and solvency ratio will be calculated on the basis of the combined financial figures of the candidate and the supporting entities. This means, e.g. in relation to solvency ratio, that the calculation will be based on the combined total equity of the candidate and the supporting entities calculated as an average of the last 3 financial years and the combined total assets of the candidate and the supporting entities calculated as an average of the last 3 financial years (solvency ratio = average combined total equity/average combined total assets*100).

If the candidate and the supporting entity/entities have consolidated financial statements, the calculations of the turnover, EBIT margin, and solvency ratio will be based on such consolidated financial statements; in this case, the candidate and supporting entities should provide the information necessary in the ESPD to allow for correct calculations.

If the candidate is a group of economic operators (e.g. a consortium), the turnover, EBIT margin and solvency ratio will be calculated in the same manner as candidates with one or more supporting entities, i.e. on the basis of the combined financial figures of the participating economic operators.

If any of the participating economic operators (in the consortium) have consolidated financial statements, the calculations concerning these economic operators will be made based on such consolidated financial statements; in this case, the economic operators in question should provide the information necessary in the ESPD to allow for correct calculations.

DSB intends to ask the candidate to provide documentation for their fulfillment of the minimum requirements concerning financial and economic standing after pre-qualification. The documentation on fulfillment of the minimum requirements concerning financial and economic standing after pre-qualification shall consist of audited financial statements or excerpts thereof for the 3 latest financial years, depending on the date on which the candidate 's undertaking was set up or the candidate started trading, where publication of financial statements is required under the law of the country in which the candidate is established, or any other form of documentation which DSB deems appropriate, where the candidate is unable to present audited financial statements for a valid reason. By ‘financial year’ is meant either a calendar year (1 January — 31 December) or a season (e.g. 1 July — 30 June).

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

The candidate must submit the ESPD with the following information:

A list of the 5 most significant comparable “Main services”, see section II.2.4), that the candidate has carried out in the last 5 years before the expiry of the application deadline.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the event of an ongoing task, only the part of the services already having been performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), date of delivery and name of the customer (recipient).

When indicating the date of the delivery, the candidate is requested to indicate the date when the delivery was commenced and finalised. If that is not possible, e.g. if the tasks were performed on an ongoing basis under a Framework Agreement, the candidate is asked to specify the circumstances of the date in the description.

No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium).

If more than 5 references are stated, only the first 5 references will be taken into account. Any additional references will be disregarded.

If it is not possible to decide which references are the first 5 references, the references will be selected by drawing lots.

The ESPD serves as provisional documentation that the candidate the candidate's/tenderer's compliance with the selection criterion, see section II.2.9).

Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
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 procurement documents.

Reference is furthermore made to the electronic invoicing required and the option of ordering electronically pursuant to (Consolidated) Act no 798 of 28.6.2007 about payment to public authorities, etc., as amended. The consolidated act is available (in Danish) at www.retsinformation.dk.

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 contract 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.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

The contract has to the relevant extent incorporated the corporate social responsibility considerations 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 contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30.6.2014.

The contract lays down requirements on compliance with the law on processing of personal data.

Please see the tender specifications appendix B regarding requirement categorization of the contract documents. All requirements that are not minimum requirements may in principle be negotiated and may be changed/withdrawn. Thus, all potential candidates who can comply with the minimum requirements are encouraged to apply to participate even if the candidate cannot comply with all negotiable requirements.

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
Negotiated procedure with prior call for competition
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.1.6) 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: 24/04/2019
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 10/05/2019
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: 9 (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:

Participation in the tendering procedure may only take place via the electronic tendering system used by DSB, see section I.3). For access to the procurement documents, the candidate must be registered or register as a user.

All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. DSB would prefer that questions regarding pre-qualification are submitted within 15.4.2019.

The candidate must as its application to participate in the tender submit an ESPD as preliminary documentation of the circumstances in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (“Ministerial Order”). The ESPD document is to be completed directly in the electronic tendering system. See the address set out in section I.3).

For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. A group of operators shall besides the ESPD documents submit a signed consortium declaration declaring that each operator in the consortium is jointly and severally liable, directly and unconditionally, to the contracting entity for any obligation in relation to the consortium‘s tender. The candidate is encouraged to use the template for consortium declaration, cf. Appendix H.

If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate/tenderer relies. The candidate must prove that the necessary resources from the supporting entities will be made available to the candidate. The supporting entity/entities shall undertake joint and several liability to the contracting entity for any obligation made in the declaration. The candidate is encouraged to use the template for support declaration, cf. Appendix I.

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 ss.135 and 136 of the Danish Public Procurement Act, cf. s.10, para. (1) of ministerial order, unless the candidate has submitted sufficient documentation for its reliability cf. s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørelsen).

DSB intends to ask the applicants to provide documentation for their fulfillment of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of ministerial order after pre-qualification. The type of documentation depends of the documentation issued in the relevant country.

Before the decision to award the contract is made, the tenderer to whom DSB intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish implementing order.

Interested operators are requested to keep updated via the electronic tendering system.

In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety.

An information meeting will be held 3th of April. For more information see the tender specifications.

DSB may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application does not comply with the formal requirements of the tender documents.

The procurement is conducted subject to the achievement of the necessary funding basis.

DSB reserves the right to award the contract on the basis of the initial tender.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish complaints board for public procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer if the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para. (1) of the Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published;

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the tenderers concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification includes an explanation of the relevant grounds for the decision;

3) 6 months after the contracting entity has entered into a Framework Agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 2(2) of the Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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:
25/03/2019

Send til en kollega

0.078