Fakta om udbudet
Udbyder
DSB
Delivery of a Revenue Management Solution to DSB
DSB
Contract award notice – utilities
Results of the procurement procedure
Services
Directive 2014/25/EU
Section I: Contracting entity
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
Section II: Object
Delivery of a Revenue Management Solution to DSB
The purpose of the public procurement procedure is delivery, operation, support, hypercare, maintenance and further development of a revenue management solution that will support the DSB in their commercial efforts. The revenue management solution 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.
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 a modern revenue management solution shall contribute to this realization.
The solution shall on that basis fulfill DSBs need for a modern revenue management solution in the field of railway transport and the implementation of the solution is part of transforming DSB’s operation abilities towards a digitalized, modern and agile business model.
The revenue management solution shall be a supporting component to one of DSB’s future core components, DSB’s Strategic Sales Platform and will be essential to DSB’s business model. The revenue management solution shall therefore support and integrate with the Strategic Sales Platform that support four main areas:
(i) commerce;
(ii) journey planning;
(iii) ticket, booking, product and price engines; and
(iv) inventory.
Furthermore, the revenue management solution will affect other parts of the DSBs system landscape.
II. Main services:
The following main services can be highlighted regarding the revenue management solution:
A) delivery of configurable standard solution that supports revenue management;
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, including integration to sales and inventory systems;
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.
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.
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 IV: Procedure
Section V: Award of contract
Delivery of a Revenue Management Solution to DSB.
Section VI: Complementary information
DSB has decided to cancel the tender due to the competitive situation. DSB has therefore today sent a publication of cancellation of the tender. DSB expects to publish a new Contract Notice as soon as possible and presumably in week 28. DSB therefore encourage all possible tenderers to keep themselves updated for the re-publication of the tender.
Participation in the tendering procedure may only take place via the electronic tendering system used by DSB, see Section I.3).
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 3.6.2019.
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.
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, 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 in accordance with Appendix I. The candidate is encouraged to use the template, 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.
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.
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 27th of May, cf. 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.
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
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 email 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 www. erhvervsstyrelsen.dk
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk