i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The contracting entity is owned by the Public Transportation Operators (PTO's) and is regulated by Chapter IV of the Danish Transport Companies Act. The contracting entity is mandated by law to make a digital transition of its services over the next few years.With the launch of the RejseBillet App and Rejsekort as an App , it is expected that up to 90% of existing Rejsekort customers will use the new apps as they are expanded with ticket types and features.This tender concerns the remaining 300-400,000 current Rejsekort customers (external end users), who for various reasons are being challenged by the introduction of the new app-based sales channels, and thus require a non-app solution. The non-app solution is currently called "IDL".IDL is a pre-paid solution, meaning that before the journey, the external end users buy and pay for one or more tickets via the sales channels “Webshop”, “Point of Sale” (PoS) or a “Validator”.The main purpose of the Validator Framework Agreement, which is covered by this tender, is to deliver Validators to fulfill these ambitions.ii) The Validator Framework AgreementThe Validator Framework Agreement covers delivery of Hardware and Services.The Deliveries include the following:A) Hardware.Hardware covers Validators including all sub-components and Mounting Kit.B ) ServicesServices means Services provided by the Supplier as part of a Delivery Agreement or a written agreement. Services include Continuing Services and Consultancy Services.B.1 Continuing ServicesThe Supplier shall provide Continuing Services and Service Levels. Continuing Services covers support and maintenance of Hardware and tools delivered as part of the Services, including Monitoring Tool and Asset Management ToolB.2 Consultancy servicesUpon the Customer's order, the Supplier must provide ad hoc Consultancy Services as a supplement to a Delivery Agreement. Consultancy Services are part of the Services and may, among other things, include assistance with dialog with supervisory authorities, general input to questions, analysis or unforeseen services which have a natural and close connection to a Delivery Agreement under the Validator Framework Agreement.***Suppliers on the Validator Framework Agreement are not guaranteed any minimum purchase under the Validator Framework Agreement, and estimates stated in the tender material are therefore not undertaking on the part of the contracting entity to make a minimum purchase under the Validator Framework Agreement.In addition to the Validator Framework Agreement, the contracting entity will conduct a tender for a contract regarding delivery of the Prepaid Backend solution. The Prepaid Backend contract will concern development of backend software design and integration between the Validator and the Prepaid Backend.After completion of this tender, the contracting entity intends to conduct another tender regarding IDL Cards and their distribution (Ticket Media) as well as a tender regarding connectivity. These four contracts constitute the Body of Contracts. The tenders for the four contracts are carried out separately and without dependencies. It is always the contracting entity's current needs in relation to the specific services or deliveries covered by the individual agreements that determine which agreement under the Body of Contracts the contracting entity must use.
Deadline
Fristen for modtagelse af bud var på 2024-06-25.
Indkøbet blev offentliggjort på 2024-05-24.
Udbudsbekendtgørelse (2024-05-24) Objekt Omfanget af udbuddet
Titel: Validator Framework Agreement
Referencenummer: 225157546
Kort beskrivelse:
“i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The...”
Kort beskrivelse
i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The contracting entity is owned by the Public Transportation Operators (PTO's) and is regulated by Chapter IV of the Danish Transport Companies Act. The contracting entity is mandated by law to make a digital transition of its services over the next few years.With the launch of the RejseBillet App and Rejsekort as an App , it is expected that up to 90% of existing Rejsekort customers will use the new apps as they are expanded with ticket types and features.This tender concerns the remaining 300-400,000 current Rejsekort customers (external end users), who for various reasons are being challenged by the introduction of the new app-based sales channels, and thus require a non-app solution. The non-app solution is currently called "IDL".IDL is a pre-paid solution, meaning that before the journey, the external end users buy and pay for one or more tickets via the sales channels “Webshop”, “Point of Sale” (PoS) or a “Validator”.The main purpose of the Validator Framework Agreement, which is covered by this tender, is to deliver Validators to fulfill these ambitions.ii) The Validator Framework AgreementThe Validator Framework Agreement covers delivery of Hardware and Services.The Deliveries include the following:A) Hardware.Hardware covers Validators including all sub-components and Mounting Kit.B ) ServicesServices means Services provided by the Supplier as part of a Delivery Agreement or a written agreement. Services include Continuing Services and Consultancy Services.B.1 Continuing ServicesThe Supplier shall provide Continuing Services and Service Levels. Continuing Services covers support and maintenance of Hardware and tools delivered as part of the Services, including Monitoring Tool and Asset Management ToolB.2 Consultancy servicesUpon the Customer's order, the Supplier must provide ad hoc Consultancy Services as a supplement to a Delivery Agreement. Consultancy Services are part of the Services and may, among other things, include assistance with dialog with supervisory authorities, general input to questions, analysis or unforeseen services which have a natural and close connection to a Delivery Agreement under the Validator Framework Agreement.***Suppliers on the Validator Framework Agreement are not guaranteed any minimum purchase under the Validator Framework Agreement, and estimates stated in the tender material are therefore not undertaking on the part of the contracting entity to make a minimum purchase under the Validator Framework Agreement.In addition to the Validator Framework Agreement, the contracting entity will conduct a tender for a contract regarding delivery of the Prepaid Backend solution. The Prepaid Backend contract will concern development of backend software design and integration between the Validator and the Prepaid Backend.After completion of this tender, the contracting entity intends to conduct another tender regarding IDL Cards and their distribution (Ticket Media) as well as a tender regarding connectivity. These four contracts constitute the Body of Contracts. The tenders for the four contracts are carried out separately and without dependencies. It is always the contracting entity's current needs in relation to the specific services or deliveries covered by the individual agreements that determine which agreement under the Body of Contracts the contracting entity must use.
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Kontormaskiner, -udstyr og -artikler, herunder ikke computere, printere og møbler📦
Anslået værdi uden moms: 100 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The...”
Beskrivelse af udbuddet
i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The contracting entity is owned by the Public Transportation Operators (PTO's) and is regulated by Chapter IV of the Danish Transport Companies Act. The contracting entity is mandated by law to make a digital transition of its services over the next few years.With the launch of the RejseBillet App and Rejsekort as an App , it is expected that up to 90% of existing Rejsekort customers will use the new apps as they are expanded with ticket types and features.This tender concerns the remaining 300-400,000 current Rejsekort customers (external end users), who for various reasons are being challenged by the introduction of the new app-based sales channels, and thus require a non-app solution. The non-app solution is currently called "IDL".IDL is a pre-paid solution, meaning that before the journey, the external end users buy and pay for one or more tickets via the sales channels “Webshop”, “Point of Sale” (PoS) or a “Validator”.The main purpose of the Validator Framework Agreement, which is covered by this tender, is to deliver Validators to fulfill these ambitions.ii) The Validator Framework AgreementThe Validator Framework Agreement covers delivery of Hardware and Services.The Deliveries include the following:A) Hardware.Hardware covers Validators including all sub-components and Mounting Kit.B ) ServicesServices means Services provided by the Supplier as part of a Delivery Agreement or a written agreement. Services include Continuing Services and Consultancy Services.B.1 Continuing ServicesThe Supplier shall provide Continuing Services and Service Levels. Continuing Services covers support and maintenance of Hardware and tools delivered as part of the Services, including Monitoring Tool and Asset Management ToolB.2 Consultancy servicesUpon the Customer's order, the Supplier must provide ad hoc Consultancy Services as a supplement to a Delivery Agreement. Consultancy Services are part of the Services and may, among other things, include assistance with dialog with supervisory authorities, general input to questions, analysis or unforeseen services which have a natural and close connection to a Delivery Agreement under the Validator Framework Agreement.***Suppliers on the Validator Framework Agreement are not guaranteed any minimum purchase under the Validator Framework Agreement, and estimates stated in the tender material are therefore not undertaking on the part of the contracting entity to make a minimum purchase under the Validator Framework Agreement.In addition to the Validator Framework Agreement, the contracting entity will conduct a tender for a contract regarding delivery of the Prepaid Backend solution. The Prepaid Backend contract will concern development of backend software design and integration between the Validator and the Prepaid Backend.After completion of this tender, the contracting entity intends to conduct another tender regarding IDL Cards and their distribution (Ticket Media) as well as a tender regarding connectivity. These four contracts constitute the Body of Contracts. The tenders for the four contracts are carried out separately and without dependencies. It is always the contracting entity's current needs in relation to the specific services or deliveries covered by the individual agreements that determine which agreement under the Body of Contracts the contracting entity must use.
Vis mere
Yderligere oplysninger:
“Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access...”
Yderligere oplysninger
Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than 11/6-24 . Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.
The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act and section 137(1), para (2) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list.
The tender procedure is carried out by the contracting entities as a joint procurement.
The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement.
The maximum value of the framework agreement is DKK 200 mio. The estimated value is DKK 100 mio. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement.
It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards.
A technical dialogue has been conducted prior to this call for tenders.
The contracting entity may use the procedure of section 76(4) of the The Utilities Directive in the event that tenders do not comply with the formal requirements of the tender documents.
Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended, which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc.
Vis mere
Yderligere produkter/tjenester: Billetstemplingsmaskiner📦
Yderligere produkter/tjenester: Overvågnings- og styresystem📦
Yderligere produkter/tjenester: Support- og konsulentvirksomhed i forbindelse med edb📦
Hovedsted eller sted for udførelsen:
“The specific place of delivery will follow from the Delivery Agreements.”
Varighed: 96 (MONTH)
Nedenstående tidsramme er udtrykt i antal måneder.
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The Validator Framework Agreement includes the following options: 1) Barcode Reader, 2) Beacon Functionality, 3) Mobile connectivity 5G.” Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 50
Pris ✅
Pris (justeringskoefficient): 30
Kvalitetskriterium (navn): Supply Management
Kvalitetskriterium (vægtning): 20
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-06-25 10:00:00 📅
Betingelser for åbning af buddene: 2024-06-25 10:00:00 📅
Betingelser for åbning af buddene (sted): The electronic tendering system.
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“The tenders will be opened in the electronic tendering system. Tenderers are not allowed to attend the opening of tenders.”
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører ✅
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Samlet årsomsætning: Den økonomiske aktørs samlede årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Samlet årsomsætning: Den økonomiske aktørs samlede årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Gennemsnitlig årsomsætning: Den økonomiske aktørs gennemsnitlige årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Gennemsnitlig årsomsætning: Den økonomiske aktørs gennemsnitlige årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
-
The tenderer must submit the European Single Procurement Document ("ESPD") with the following information.
The tenderer's average annual turnover for the three latest financial year(s) available.
In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum suitability requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the award decision 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 following documentation of economic and financial capacity must be submitted:
A statement regarding the operator's average annual turnover for the three latest annual report(s)/financial statement(s) available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual report(s)/financial statement(s) available must be submitted for each participating operator in the group. Where an operator 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 be provided as well.
Minimum requirement:
As a minimum requirement, an average annual turnover of at least 5 million euro is required for the three latest annual report(s)/financial statement(s) available. If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the annual average turnover of the tenderer and such other entities for the the three latest annual report(s)/financial statement(s) available. For groups of operators (e.g., a consortium), the turnover is calculated as the annual average turnover of the operators for the three latest annual report(s)/financial statement(s) available. The information is to be stated in section IV.B of the ESPD.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specifik årsomsætning: Den økonomiske aktørs specifikke årsomsætning på det forretningsområde, som er omfattet af kontrakten, for det antal regnskabsår, der...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specifik årsomsætning: Den økonomiske aktørs specifikke årsomsætning på det forretningsområde, som er omfattet af kontrakten, for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specifik gennemsnitlig omsætning: Den økonomiske aktørs specifikke gennemsnitlige omsætning på det forretningsområde, som er omfattet af kontrakten, for det...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specifik gennemsnitlig omsætning: Den økonomiske aktørs specifikke gennemsnitlige omsætning på det forretningsområde, som er omfattet af kontrakten, for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Etablering af virksomhed: Hvis oplysningerne vedrørende omsætning (samlet eller specifik) ikke er til rådighed for hele den periode, der anmodes om, angives...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Etablering af virksomhed: Hvis oplysningerne vedrørende omsætning (samlet eller specifik) ikke er til rådighed for hele den periode, der anmodes om, angives den dato, hvor virksomheden blev etableret, eller den økonomiske aktør startede sin virksomhed:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Finansielle nøgletal: For så vidt angår de finansielle nøgletal (såsom forholdet mellem aktiver og passiver), der er anført i den relevante meddelelse, i...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Finansielle nøgletal: For så vidt angår de finansielle nøgletal (såsom forholdet mellem aktiver og passiver), der er anført i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, erklærer den økonomiske aktør, at de faktiske værdier for de nøgletal, der anmodes om, er som følger:
-
The equity at the end of the latest financial year available.
The tenderer must submit the European Single Procurement Document ("ESPD") with the following information:
"The tenderer's equity in the latest financial year available."
In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum suitability requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the award decision 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 following documentation of economic and financial capacity must be submitted:
The operator's balance sheets or extracts from balance sheets in the latest annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g., a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where an operator 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 be provided as well.
Minimum requirement:
As a minimum requirement, an positive equity is required in the latest annual report/financial statement available. If the tenderer relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the latest annual report/financial statement available. For groups of operators (e.g., a consortium), the equity is calculated as the total equity of the operators in the latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Erhvervsansvarsforsikring: Det forsikrede beløb i den økonomiske aktørs erhvervsansvarsforsikring er følgende:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Øvrige økonomiske og finansielle krav: For så vidt angår eventuelle øvrige økonomiske og finansielle krav, som måtte være blevet anført i den relevante...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Øvrige økonomiske og finansielle krav: For så vidt angår eventuelle øvrige økonomiske og finansielle krav, som måtte være blevet anført i den relevante meddelelse eller i udbudsdokumenterne, erklærer den økonomiske aktør, at:
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“Certifikater udstedt af uafhængige organer vedrørende kvalitetssikringsstandarder: Kan den økonomiske aktør fremlægge certifikater udstedt af uafhængige...”
Liste og kortfattet beskrivelse af regler og kriterier
Certifikater udstedt af uafhængige organer vedrørende kvalitetssikringsstandarder: Kan den økonomiske aktør fremlægge certifikater udstedt af uafhængige organer til bekræftelse af, at den økonomiske aktør opfylder de krævede kvalitetssikringsstandarder, herunder adgang for handicappede?
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“Certifikater udstedt af uafhængige organer vedrørende miljøledelsessystemer eller -standarder: Er den økonomiske aktør i stand til at fremlægge certifikater...”
Liste og kortfattet beskrivelse af regler og kriterier
Certifikater udstedt af uafhængige organer vedrørende miljøledelsessystemer eller -standarder: Er den økonomiske aktør i stand til at fremlægge certifikater udstedt af uafhængige organer til bekræftelse af, at den økonomiske aktør opfylder de krævede miljøledelsessystemer eller -standarder?
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“Optagelse i et relevant fagligt register: Den økonomiske aktør er optaget i det relevante faglige register i den medlemsstat, hvor denne er etableret, jf....”
Liste og kortfattet beskrivelse af betingelserne
Optagelse i et relevant fagligt register: Den økonomiske aktør er optaget i det relevante faglige register i den medlemsstat, hvor denne er etableret, jf. bilag XI til direktiv 2014/24/EU; økonomiske aktører fra visse medlemsstater kan være nødt til at opfylde andre krav i nævnte bilag.
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“Optagelse i et handelsregister: Den økonomiske aktør er optaget i handelsregistre i den medlemsstat, hvor denne er etableret, jf. bilag XI til direktiv...”
Liste og kortfattet beskrivelse af betingelserne
Optagelse i et handelsregister: Den økonomiske aktør er optaget i handelsregistre i den medlemsstat, hvor denne er etableret, jf. bilag XI til direktiv 2014/24/EU; økonomiske aktører fra visse medlemsstater kan være nødt til at opfylde andre krav i nævnte bilag.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For så vidt angår vareindkøbskontrakter: levering af leverancer af den anførte type: Kun for så vidt angår offentlige vareindkøbskontrakter: I...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For så vidt angår vareindkøbskontrakter: levering af leverancer af den anførte type: Kun for så vidt angår offentlige vareindkøbskontrakter: I referenceperioden har den økonomiske aktør leveret følgende betydelige leverancer af den anførte type. Ordregivende myndigheder kan kræve op til tre års erfaring og tillade, at der tages hensyn til erfaring, som ikke er indhøstet inden for de seneste tre år.
-
The tenderer must submit the ESPD with the following information:
A list of 3 of the most significant comparable supplies that the tenderer has carried out before the expiry of the deadline for submission of tender.
Only references relating to supplies carried out at the time of submission of tender will be given importance in the assessment of whether the minimum requirement regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the supplies already performed at the time of submission of tender will be included in the assessment of the reference.
Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the supplies to which the delivery related and the tenderer's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient).
When indicating the date of the delivery, the tenderer is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the tenderer is asked to indicate how the date is specified.
No more than 3 references may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer relies on the technical capacity of other entities, or is a group of operators (e.g., a consortium). Where more than 3 references are stated, only the most recent 3 references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent 3 references, the references will be selected by drawing lots.
In this procedure, the tenderer may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirement in respect of technical and professional capacity.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement 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 tenderer. However, the contracting entity reserves the right to contact the tenderer, or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated.
Minimum requirement:
As minimum requirement, the tenderer must submit 3 references that documents a total delivery of at least 2,000 validators.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Teknikere eller tekniske organer til kvalitetskontrol: Den økonomiske aktør kan disponere over følgende teknikere eller tekniske organer, navnlig dem, der...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Teknikere eller tekniske organer til kvalitetskontrol: Den økonomiske aktør kan disponere over følgende teknikere eller tekniske organer, navnlig dem, der er ansvarlige for kvalitetskontrol. For teknikere eller tekniske organer, som ikke direkte hører til den økonomiske aktørs virksomhed, men hvis kapacitet den økonomiske aktør baserer sig på, skal der udfyldes særskilte ESPD-formularer.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tekniske faciliteter og foranstaltninger til kvalitetssikring: Den økonomiske aktør anvender følgende tekniske faciliteter og foranstaltninger til...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Tekniske faciliteter og foranstaltninger til kvalitetssikring: Den økonomiske aktør anvender følgende tekniske faciliteter og foranstaltninger til kvalitetssikring, og dennes undersøgelses- og forskningsfaciliteter er som følger:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Undersøgelses- og forskningsfaciliteter: Den økonomiske aktør anvender følgende undersøgelses- og forskningsfaciliteter:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Forvaltning af forsyningskæden: Den økonomiske aktør vil være i stand til at anvende følgende forvaltning af forsyningskæden og eftersporingssystemer ved...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Forvaltning af forsyningskæden: Den økonomiske aktør vil være i stand til at anvende følgende forvaltning af forsyningskæden og eftersporingssystemer ved gennemførelsen af kontrakten:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tilladelse til kontrol: For komplekse produkter eller tjenesteydelser, der skal leveres, eller undtagelsesvis for produkter eller tjenesteydelser, som...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Tilladelse til kontrol: For komplekse produkter eller tjenesteydelser, der skal leveres, eller undtagelsesvis for produkter eller tjenesteydelser, som kræves til et særligt formål: Vil den økonomiske aktør tillade, at der foretages kontrol af dennes produktionskapacitet eller tekniske formåen og, om nødvendigt, af de undersøgelses- og forskningsfaciliteter, som denne råder over, og af kvalitetskontrolforanstaltningerne? Kontrollen skal foretages af den ordregivende myndighed eller, hvis denne indvilliger heri, på dennes vegne af et kompetent officielt organ i det land, hvor leverandøren eller tjenesteyderen er etableret.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Uddannelsesmæssige og faglige kvalifikationer: Følgende uddannelsesmæssige og faglige kvalifikationer indehaves af tjenesteyderen eller leverandøren selv,...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Uddannelsesmæssige og faglige kvalifikationer: Følgende uddannelsesmæssige og faglige kvalifikationer indehaves af tjenesteyderen eller leverandøren selv, og/eller (afhængigt af, hvilke krav der er fastsat i den relevante meddelelse eller i udbudsdokumenterne) af de ledende medarbejdere.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Miljøledelsesforanstaltninger: Den økonomiske aktør kan anvende følgende miljøledelsesforanstaltninger i forbindelse med gennemførelsen af kontrakten:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Antal ledende medarbejdere:: Den økonomiske aktørs antal ledende medarbejdere gennem de sidste tre år var som følger:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Årlige gennemsnitlige antal beskæftigede: Den økonomiske aktørs årlige gennemsnitlige antal beskæftigede gennem de sidste tre år var som følger:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Værktøj, materiel og teknisk udstyr: Den økonomiske aktør vil kunne disponere over følgende værktøj, materiel og tekniske udstyr til gennemførelse af kontrakten:”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Værktøj, materiel og teknisk udstyr: Den økonomiske aktør vil kunne disponere over følgende værktøj, materiel og tekniske udstyr til gennemførelse af kontrakten:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Andel i underleverance: Den økonomiske aktør agter eventuelt at give følgende andel (i procent) af kontrakten i underleverance. Bemærk, at hvis den...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Andel i underleverance: Den økonomiske aktør agter eventuelt at give følgende andel (i procent) af kontrakten i underleverance. Bemærk, at hvis den økonomiske aktør har besluttet at give en del af kontrakten i underleverance og baserer sig på underleverandørens kapacitet til at udføre denne del, udfyldes et særskilt ESPD for sådanne underleverandører.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For så vidt angår vareindkøbskontrakter: prøver, beskrivelser eller fotografier uden ledsagelse af ægthedserklæringer: For så vidt angår offentlige...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For så vidt angår vareindkøbskontrakter: prøver, beskrivelser eller fotografier uden ledsagelse af ægthedserklæringer: For så vidt angår offentlige vareindkøbskontrakter: Den økonomiske aktør leverer for de varer, der skal leveres, de krævede prøver, beskrivelser eller fotografier, som ikke behøver at være ledsaget af ægthedserklæringer.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For så vidt angår vareindkøbskontrakter: prøver, beskrivelser eller fotografier ledsaget af ægthedserklæringer: For så vidt angår offentlige...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For så vidt angår vareindkøbskontrakter: prøver, beskrivelser eller fotografier ledsaget af ægthedserklæringer: For så vidt angår offentlige vareindkøbskontrakter: Den økonomiske aktør leverer for de varer, der skal leveres, de krævede prøver, beskrivelser eller fotografier samt i givet fald ægthedserklæringer.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For så vidt angår vareindkøbskontrakter: certifikater udstedt af kvalitetskontrolinstitutter: Kan den økonomiske aktør levere de krævede certifikater...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For så vidt angår vareindkøbskontrakter: certifikater udstedt af kvalitetskontrolinstitutter: Kan den økonomiske aktør levere de krævede certifikater udstedt af officielle kvalitetskontrolinstitutter eller -agenturer, hvis kompetence er anerkendt, og som attesterer, at varer, der er klart identificeret ved henvisning til tekniske specifikationer eller standarder, som er fastsat i den relevante meddelelse eller i udbudsdokumenterne, er i overensstemmelse med disse?
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Reference is made to appendix 8” Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as 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 June 2014.
Ordregivende myndighed Navn og adresser
Navn: Sydtrafik
Nationalt registreringsnummer: 29942897
Postnummer: 6600
Postby: Vejen
Region: Sydjylland🏙️
Land: Danmark 🇩🇰
E-mail: msh@rejsekort.dk📧
Telefon: 7020 4008📞 Hovedaktivitet
Bytransport med jernbane/letbane, metro, sporvogn, trolleybus eller bus
Oplysninger om fælles indkøb
Kontrakten omfatter fælles indkøb ✅ Kommunikation
URL til dokumenter: https://permalink.mercell.com/225157546.aspx🌏
URL for deltagelse: https://permalink.mercell.com/225157546.aspx🌏
Supplerende oplysninger Yderligere oplysninger
“Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access...”
Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than 11/6-24 . Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.
The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act and section 137(1), para (2) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list.
The tender procedure is carried out by the contracting entities as a joint procurement.
The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement.
The maximum value of the framework agreement is DKK 200 mio. The estimated value is DKK 100 mio. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement.
It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards.
A technical dialogue has been conducted prior to this call for tenders.
The contracting entity may use the procedure of section 76(4) of the The Utilities Directive in the event that tenders do not comply with the formal requirements of the tender documents.
Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended, which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud - Nævnenes Hus
Nationalt registreringsnummer: 37795526
Postadresse: Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
Fax: +45 33307799 📠
URL: http://www.naevneneshus.dk🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Københavns omegn🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
Fax: +45 41715100 📠
URL: http://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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:
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 candidates 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 has included an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.
4) 20 calendar days calculated from the day after the contracting entity has submitted notifi-cation of its decision, see section 185(2) of the Danish Public Procurement 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 complaint 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 section 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk bestilling
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2024/S 102-314999 (2024-05-24)