SUND AND BÆLT HOLDING A/S has floated a tender for Contract notice: Collection agency services. The project location is Denmark and the tender is closing on 06 May 2019. The tender notice number is 167905-2019, while the TOT Ref Number is 32167888. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Collection agency services

Deadline : 06 May 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 32167888

Document Ref. No. : 167905-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SUND AND BÆLT HOLDING A/S
Office Name: Sund and Bælt Holding A/S
Address: Vester Søgade 10
Town: Copenhagen
Postal Code: 1601
Contact Point: SBF — Charlotte Yun Linde

Phone: +45 33416242
Denmark
Email :cyl@sbf.dk
URL :https://sundogbaelt.dk/

Tender Details

Object of the contract
Collection agency services

Description: Contract notice: Collection agency services

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 79940000, 64216200, 64216210, 66115000, 66172000, 66180000, 72211000, 72212110, 72212220, 72232000, 72253200, 72267100, 72315200, 72410000, 72413000, 72415000, 72420000, 79570000, 79571000, 79941000, 79999200, 79940000, 64216200, 64216210, 66115000, 66172000, 66180000, 72211000, 72212110, 72212220, 72232000, 72253200, 72267100, 72315200, 72410000, 72413000, 72415000, 72420000, 79570000, 79571000, 79941000, 79999200
CPV Description: Collection agency services.

Electronic information services.

Value-added information services.

International payment transfer services.

Financial transaction processing and clearing-house services.

Foreign exchange services.

Programming services of systems and user software.

Point of sale (POS) software development services.

Internet and intranet software development services.

Development of transaction processing and custom software.

Systems support services.

Maintenance of information technology software.

Data network management services.

Provider services.

World wide web (www) site design services.

World wide web (www) site operation host services.

Internet development services.

Mailing-list compilation and mailing services.

Mailing services.

Toll-collection services.

Invoicing services.

Delivery and Operation of Registration, Payment and Notification Services for Danish Road Charging

This tender procedure concerns the award of contracts for delivery and operation of registration, payment and notification services for Danish road charging (eVignette). The contracts will concern delivery and operation of a registration and payment platform (responsive web application) together with notification services and international debt collection for evaders. Education/training and documentation as well as certain services related to support and maintenance of the system are included in the contracts.

Main Site : Denmark + International debt collection.

Sund and Baelt will implement different enforcement schemes in Denmark, among others time-based road user charging for all foreign passenger cars and vans in Denmark, which is to be operational in 2020. Common for the schemes are that registration and payment will be done using a responsive web application combined with notification services for users who do not follow the scheme rules. Customer services will be supplied by Sund and Baelt.

The objective is to do a tender for a contract of five (5) years covering delivery and operation of registration, payment and notification services including maintenance of supplied solution and services.

The supplier's deliverables under the contract are to be delivered as 3 main types of deliveries:

(i) registration and payment platform including internal work tools for Sund and Baelt's employees;

(ii) notification services where evaders are informed about their violation; and

(iii) international debt collection, if evaders choose not to pay after notified about their violation.

Maintenance of (i) and (ii) during the Contract period is likewise part of the contract.

As the tender comprises goods and services that can be clearly distinguished from each other and are subject to individual regulation, Sund and Baelt has for practical reasons divided the regulation of the goods and services acquired under the tender into 2 contracts:

— registration and payment platform contract,

— notification and debt collection services contract.

The 2 contracts are together referred to as the contracts.

It should be noted that amounts of transactions and notifications covered by the contracts are based on a qualified estimate made by the Contracting Authority based on foreign vehicle traffic data from the Ministry of Transport, Building and Housing combined with expected compliance behaviour of foreign vehicles visiting Denmark. Therefore, the contracting authority cannot guarantee a minimum amount of transactions and notifications during the contract period, nor a maximum limit to such.

The Contracting Authority is obliged to exclude an applicant/tenderer from participation in the tendering procedure if the tenderer is subject to the mandatory grounds for exclusion set out in ss.135 and 136 of the Procurement Act. The client will not apply optional grounds for exclusion; see s.137 of the procurement act. Information on exclusion grounds must be stated in the ESPD, Part III "exclusion grounds" in the following section:

— Part III.A: "Grounds relating to criminal convictions",

— Part III.B: "Grounds relating to the payment of taxes or social security contributions",

— Part III.C: "Grounds relating to insolvency, conflicts of interests or professional misconduct",

— the entry regarding a conflict of interest due to the tenderer's participation in the procurement procedure,

— the entry regarding the tenderer's provision of advice or other involvement in the preparation of the procurement procedure,

— the entry regarding the tenderer's serious misrepresentation, withholding of information or ability to submit supporting documentation.

Reference is furthermore made to the Danish Competition and Consumer Authority's guide to the European single procurement document regarding the correct completion of the form. The Client reserves the right to initiate a "self-cleaning" procedure if relevant, see s.138 of the Procurement Act.

According to § 144 of the said Act, an applicant may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities.

An applicant who relies on the capacity of other entities shall ensure that the Contracting Authority receives the applicant's own ESPD together with a separate ESPD with the relevant information for each of the entities that the applicant relies on. Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate ESPD with the information required in Part II-IV.

Prior to a decision on the award of the contract, documentation for the information stated in the ESPD must be produced, cf. §§ 151-155 of the said Act. At any stage of the tender procedure, Sund and Baelt Holding A/S further reserves the right to request an applicant/tenderer to submit documentation, if this is required to ensure that the procedure is conducted correctly.

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

1) The candidate's annual turnover for the last 3 financial years available, in so far as information on such turnover is available.

The information shall be stated in the European Single Procurement Document, Part IV.B "General yearly turnover", cf. Section VI.3) below.

2) Information on the company's equity for the last 3 financial years available.

The information shall be stated in the European Single Procurement Document, Part IV.B "Financial ratio".

If the candidate relies on the economic and financial capacity of other entities, the candidate and the entities in question will be jointly and severally liable for the performance of the contract, see s.144(6) of the Danish Public Procurement Act.

Where an economic operator wants to rely on the capacities of other entities, it shall as part of the application prove to the Contracting Authority that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect. If the applicant relies on the economic and financial or technical capacity of other entities the other entity must provide a declaration of support. The declaration of support must prove that the entity in question is legally obliged to the applicant. A form which can be used in this respect is available as part of the tender materiel (confirmation regarding the capacity of other entity (form)).

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:

(equity): the operator's balance sheet or extracts thereof in the last 3 financial years available if publication of the balance sheet 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 most recent financial report/financial year 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 also be provided.

(turnover in the last 3 financial years available): a statement regarding the operator's 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 operators (e.g. a consortium), the information 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 also be provided.

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in Section I.3). The tendering procedure is accessed under "Ongoing public procedures". For access to the procurement documents, the candidate must be registered or register as a user.

If the application contains several versions of the same document, the latest uploaded version will apply.

Questions:

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 23 April. Questions asked after this date will be answered if they are received in time for the Contracting Authority to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered. Interested operators are requested to keep updated via the electronic tendering system.

If the candidate encounters problems with the system, please contact support by email: dksupport@eu-supply.com, or telephone +4570208014.

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.

As regards Section II.1.5) and Section II.2.6), it should be noted that the amount is a stimate of the expected total maximum contract price.

It should be noted, that scope of the services has changed since the dialog was held. The scope stated in the presentation is therefore not correct.

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

The contracting entity may use the procedure of Section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents.

Finalisation of the tender procedure:

The Contracting Authority is not obliged to award the contract and reserves the right to cancel the tender procedure. Final decision to enter into the contract is subject to a political approval.

Even though the contract has been awarded to another tenderer, the tenderer is bound by the tender until the Contracting Authority has concluded the contract, but no longer than the date specified for the tender to remain open for acceptance.

The notification of the tenderers of the award decision does not mean that the contract has been concluded. The contract is not deemed to have been concluded until the contract is signed. The Contracting Authority does not consider the tender procedure completed until the contract has been signed.

Sund and Baelt Holding A/S has decided not to divide the contract into lots.

Benefits for the end-customer are envisioned to be easier registration and payment with less risk of errors. The reduction in errors is enabled by procedures being digitalized and automated using in-process verification and identical user experience and payment platform for both pre-journey payments and road charge evaders' post-journey payments. For Sund and Baelt the operational benefits are linked to both a simplified solution architecture, data integrity and transparency and a uniform platform for operational purposes allowing easier customer service handling, requiring less training.

Sund and Baelt foresees that service responsiveness and availability will be better if the delivery of both digital web services, dunning services and debt collection is done by 1 supplier, removing interdependencies of data and financial flows and strengthening the services quality in general.


Internet address (URL): https://sundogbaelt.dk/

Documents

 Tender Notice