Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Дании


IT services: consulting, software development, Internet and support (Дания - Тендер #43232676)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: DSB
Номер конкурса: 43232676
Дата публикации: 28-06-2023
Сумма контракта: 3 969 806 270 (Российский рубль) Цена оригинальная: 500 000 000 (Датская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023062320230825 12:00Utilities entityContract noticeServicesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderRailway services01G0501
  1. Section I
    1. Name and addresses
      DSB
      Telegade 2
      Taastrup
      2630
      Denmark
      Telephone: +45 24680000
      E-mail: kadc@dsb.dk
    2. Joint procurement
    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=361999&B=DSB
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=361999&B=DSB
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Railway services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Contract for a SaaS Solution of an Inventory Management Solution

      2. Main CPV code:
        72000000
      3. Type of contract:
        Services
      4. Short description:

        DSB is planning to procure a new Inventory Management solution for managing seat reservations and rail invento-ry (commercial availability). The Solution must be able to handle train configuration on different train types and man-age seating plans for the trains received from planning systems and relevant timetable systems. The Solution must be able to perform seat reservations and allocation dynamically and share this information as well as inventory availability with other relevant DSB systems. Seat enquiries from other operators, currently con-nected via Hermes/Heros, must be handled in the Solution.

        The purpose is to procure a standard solution provided as a SaaS solution of an Inventory Management Solution to replace the current system (Plads90).

      5. Estimated total value:
        Value excluding VAT: 500 000 000.00 DKK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        48000000, 48180000, 48210000, 72212211, 72261000, 72263000, 72265000, 72266000, 72267100
      3. Place of performance:
      4. Description of the procurement:

        DSB is planning to procure a new Inventory Management solution for managing seat reservations and rail in-ventory (commercial availability). The Solution must be able to handle train configuration on different train types and manage seating plans for the trains received from planning systems and relevant timetable systems. The Solution must be able to perform seat reservations and allocation dynamically and share this information as well as inventory availability with other relevant DSB systems. Seat enquiries from other operators, current-ly connected via Hermes/Heros, must be handled in the Solution.

        The purpose is to procure a standard solution provided as a SaaS solution of an Inventory Management Solu-tion to replace the current system (Plads90).

        The following main services can be highlighted covered by the contract of the Solution:

        A)Delivery of standard configurable SaaS Inventory Management Solution:

        i) The Solution must be able to handle train configuration on different train types and manage seating plans for the train services received from planning systems and relevant timetable systems using a standard API based on modern open industry standards provided by the Solution.

        ii) The Solution must provide a high level of automation in loading operational data as well as in the handling of train cancelations, disruption, rebooking and reservation conflict management etc.

        iii) The Solution must be able to perform seat reservations and allocation and share this information as well as inventory availability with other relevant systems using a standard API based on modern open industry standards provided by the Solution.

        iv) The Solution must be able to optimize occupancy with a flexible and configurable seat assignment algo-rithm that takes into account split/merge/attachment/detachment of train services.

        B) Implementation of a standard solution:

        v) The Supplier must support DSB in the integration/implementation effort.

        C) Operation, maintenance and support of a solution which demands a very high degree of stability and further development of the solution focusing on innovation to ensure a solution that is fully up-to date and consultancy regarding the solution:

        vi) The Supplier must have a detailed roadmap for the solution to ensure that the solution is future-proof and is kept up to date in terms of both functionality and technology. It is important that DSB can influence the supplier’s roadmap in collaboration with other train operators.

        vii) The Solution must have a very high degree of operational availability and stability and be easy to fit in to DSB’s operational setup.

      5. Award criteria:
        Quality criterion - Name: the solution / Weighting: 50 %
        Quality criterion - Name: Delivery / Weighting: 30 %
        Price - Weighting: 20 %
      6. Estimated value:
        Value excluding VAT: 500 000 000.00 DKK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 144
        This contract is subject to renewal: yes
        Description of renewals:

        See section 40 of the Contract. DSB’s is entitled to extend the Contract for up to 3 additional period of each 48 months, up to a total of 144 months.

      8. 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 shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, see the description in sections II.1.4) and II.2.4).

        In the evaluation of which candidates have documented the most relevant deliveries of comparable ser-vices, the extent to which the references, in total, document relevant experience in delivering the main ser-vices in II.2.4 comparable in terms of needs, requirements, customer and volume to the main services covered by the contract section II.1.4 and II.2.4.

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

        In case 2 or more candidates is equally assessed, DSB will prefer references which document experience with longest consecutive duration of operation cf. section II 2.4 number C.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        DSB shall be entitled to extend the Contract.

        DSB has the right to extend the Contract for up to 3 additional period of 48 months, up to a total of 144 months. The extension(s) shall be on the same terms and conditions, in effect at the initial expiry of the Contract.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:

        As regards section II.2.9) each candidate may only submit one application for prequalification.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
      2. Economic and financial standing:
        List and brief description of selection criteria:

        The candidate must submit the European Single Procurement Document ("ESPD") with the following in-formation:

        The candidate"s total annual turnover in the three latest financial years available

        The candidate’s solvency ratio in the three (3) latest financial years available

        If the candidate relies on the economic and financial capacity of other entities, the contracting entity re-quires that the candidate and the entities in question undertake joint and several liability for the performance of the contract.

        The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability require-ments 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 following documentation of economic and financial capacity must be submitted:

        statement regarding the candidates total turnover in the three most recent annual reports/financial state-ments available, depending on when the candidate was set up or started trading, if the figures for this turn-over are available. For groups of candidates (e.g. a consortium), the information in the most recent annual report/financial statement available 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 must be submitted for both the candidate and the supporting entities.

        A statement regarding the operator"s solvency ratio calculated as (total equity/total assets)*100 in the three (3) most recent annual reports/financial statements available, depending on when the operator was set up or started trading. For groups of candidates (e.g. a consortium), the information in the most recent annual report/financial statement available 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 com-pany, a sister company or a subcontractor), information for such other entities must be provided as well.

        Minimum level(s) of standards possibly required:

        As a minimum requirement, an average total annual turnover of at least DKK 100 million calculated over the latest three (3) financial years available. For groups of candidates (e.g. a Consortium) turnover will be calculated as the combined total turnover of the candidates in the group in each of the latest three (3) fi-nancial years available. Where a candidate relies on the economic and financial capacity of other entities the turnover is calculated as the total combined turnover of the candidate and the supporting entities in each of the latest three (3) financial years.

        As a minimum requirement, an average solvency ratio of at least 20% calculated over the latest three (3) fi-nancial years available. For groups of candidates (e.g. a Consortium) solvency ratio will be calculated as the combined equity of the candidates in the group divided by the combined total assets of the candidates in the group, in percent, in each of the latest three (3) financial years available.

        Where a candidate relies on the economic and financial capacity of other entities solvency ratio will be calculated as the combined equity of the candidate and supporting entities divided by the combined total assets of the candidate and supporting entities, in percent, in each of the latest three (3) financial years available.

      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 (up to) the 5 most significant comparable services, see sections II.1.4) and 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 case of an ongoing task, only the part of the services already 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 deliveries made. The description of the delivery 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), the date of delivery and the name of the customer (recipient).

        When indicating the date of the delivery, the candidate 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 candidate is asked to indicate the specification of the date.

        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 op-erators (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 fulfils the minimum suitability require-ments in respect of technical and professional ability, see section III.1.3) and the candidate"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.

      4. Information about reserved contracts:
      5. Deposits and guarantees required:
      6. 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 June 2007 about payment to public authorities, etc., as amended. The consolidated act is available (in Danish) at www.retsinformation.dk.

      7. Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

        If the order 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.

    2. Conditions related to the contract:
      1. Information about a particular profession:

        Contract performance conditions:

        See appendix B regarding requirement categorization of the contract. All requirements that are not minimum requirements (MR) may in principle be negotiated and may be changed/withdrawn. All potential candidates who can comply with the MR are encouraged to apply to participate even if the candidate cannot comply with all negotiable requirements.

        Pursuant to the Danish Investment Screening Act economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply for an authorisation to enter into a special financial agreement within a particularly sensitive sector or activity.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
      Notice number in the OJ S: 2022/S 132-377628
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-08-25
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      As regards section II.2.9) each candidate may only submit one application for prequalification.

    4. Procedures for review
      1. Review body
        Klagenaevnet for Udbud
        Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405708
        E-mail: klfu@naevneneshus.dk
        Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
      2. Body responsible for mediation procedures

      3. Review procedure
        Precise information on deadline(s) for review procedures:

        Iin accordance with the Act on the Complaints Board for Tenders etc., the following deadlines apply for lodging a complaint:

        Complaints about not having been selected must be submitted to the Complaints Board for Tenders within 20 calendar days, cf. section 7, subsection of the act. 1, from the day after sending a notification to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection of the Act. 1, no. 1, and Section 171(1) of the Public Procurement Act. 2.

        In other situations, a complaint must be made about tenders, cf. the act"s section 7, subsection 2, be submitted to the Complaints Board for Tenders before:

        1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day on which the order has been published.

        2) 30 calendar days counted from the day after the day on which the contracting authority has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic purchasing system has been entered into, if the notification has given a reason for the decision.

        3) 6 months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection of the Act. 2, and Section 171(1) of the Public Procurement Act. 4.4) 20 calendar days counted from the day after the contracting authority has communicated its decision, cf. section 185, subsection of the Public Procurement Act. 2, 2nd point

        At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Tenders and whether the complaint has been submitted during the standstill period, cf. section 6, subsection of the act. 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether suspensive effect of the complaint is requested, cf. section 12, subsection of the Act. 1.

      4. Service from which information about the review procedure may be obtained

        Iin accordance with the Act on the Complaints Board for Tenders etc., the following deadlines apply for lodging a complaint:

        Complaints about not having been selected must be submitted to the Complaints Board for Tenders within 20 calendar days, cf. section 7, subsection of the act. 1, from the day after sending a notification to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection of the Act. 1, no. 1, and Section 171(1) of the Public Procurement Act. 2.

        In other situations, a complaint must be made about tenders, cf. the act"s section 7, subsection 2, be submitted to the Complaints Board for Tenders before:

        1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day on which the order has been published.

        2) 30 calendar days counted from the day after the day on which the contracting authority has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic purchasing system has been entered into, if the notification has given a reason for the decision.

        3) 6 months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection of the Act. 2, and Section 171(1) of the Public Procurement Act. 4.4) 20 calendar days counted from the day after the contracting authority has communicated its decision, cf. section 185, subsection of the Public Procurement Act. 2, 2nd point

        At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Tenders and whether the complaint has been submitted during the standstill period, cf. section 6, subsection of the act. 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether suspensive effect of the complaint is requested, cf. section 12, subsection of the Act. 1.

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsens Vej 35
        Valby
        2500
        Denmark
        Contact person: 2500
        Telephone: +45 41715000
        E-mail: kfst@kfst.dk
        Internet address: http://www.kfst.dk
    5. Date of dispatch of this notice
      2023-06-23

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Дания

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    28-06-2023 Installation of windows.

    28-06-2023 Diagnostic systems.

    28-06-2023 Deposit services.

    28-06-2023 Surveillance and security systems and devices.

    28-06-2023 Demolition, site preparation and clearance work.

    28-06-2023 Architectural and related services.

    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru