23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Transportmagasinet
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
31.03.2025
Udbudstype
Andre

Udbyder

Rejsekort & Rejseplan A/S

Card Solution Agreement


Rejsekort & Rejseplan A/S

203120-2025 - Competition
Denmark – Post and courier services – Card Solution Agreement
OJ S 63/2025 31/03/2025
Contract notice – light regime
Services
1. Buyer
1.1.
Buyer
Official name Rejsekort & Rejseplan A/S
Email msh@rejsekort.dk
1.1.
Buyer
Official name Sydtrafik
Email msh@rejsekort.dk
1.1.
Buyer
Official name Midttrafik
Email msh@rejsekort.dk
1.1.
Buyer
Official name Nordjyllands Trafikselskab
Email msh@rejsekort.dk
1.1.
Buyer
Official name BAT (Bornholms Regionskommune)
Email msh@rejsekort.dk
1.1.
Buyer
Official name Metroselskabet I/S
Email msh@rejsekort.dk
1.1.
Buyer
Official name DSB
Email msh@rejsekort.dk
1.1.
Buyer
Official name Trafikselskabet Movia
Email msh@rejsekort.dk
1.1.
Buyer
Official name Fynbus
Email msh@rejsekort.dk
1.1.
Buyer
Official name Hovedstadens Letbane
Email msh@rejsekort.dk
2. Procedure
2.1.
Procedure
Title Card Solution Agreement
Description i) Background and purposes: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 national state railways (DSB) as well as all regional public transport authorities and the Copenhagen Metro. 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 in August 2023 and the launch of Rejsekort as an App in 2024, 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 300,000-400,000 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".The main purpose of the Card Solution Agreement is the procurement and distribution of Cards to the IDL Solution as well as to the SUSY Solution.ii) The Card Solution AgreementThe Card Solution Agreement covers delivery of Goods and Services.The Deliveries include the following:A) GoodsCards and StationariesB) ServicesServices means Services provided by the Supplier as part of the Card Solution Agreement. Services include: The initial setup of the Card Solution, Order Handling, Order Distribution, Creating and Editing, Consultancy Services, and Exit Services.****The Supplier on the Card Solution is not guaranteed any minimum purchase under the Card Solution 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 Card Solution Agreement.
Procedure identifier 19bdefd4-5133-4b33-b0f0-81d5ee18e645
Internal identifier 252180986
Type of procedure Open
Main features of the procedure Type of procedure: The tender for the Card Solution Agreement is carried under section III (“the light Regime”) of the Directive 2014/25/EU of the European Parliament and the Council of 26 February 2014 on procurement by entities operating in the water, energy, transport and postal services sectors and repealing Directive 2004/17/EC (hereinafter the “Utilities Act”). The Contracting Entity expects to award the Card Solution Agreement to one (1) tenderer, cf. the Tender Specifications.The provision of the Deliveries takes place in accordance with the Card Solution Agreement.
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  64100000   Post and courier services
Additional classification   ( cpv ):  22459000   Tickets, 30160000   Magnetic cards, 34980000   Transport tickets, 64112000   Postal services related to letters, 64113000   Postal services related to parcels, 72600000   Computer support and consultancy services
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
2.1.3.
Value
Estimated value excluding VAT 25 000 000,00   DKK
Maximum value of the framework agreement 90 000 000,00   DKK
2.1.4.
General information
Additional information 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 9. April at 12 PM. 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 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 Card Solution Agreement. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the Card Solution Agreement, whereas the maximum value reflects the highest estimated value of all Deliveries to be performed within the term of the Card Solution Agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the Card Solution 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 Card Solution Agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the Card Solution Agreement. The maximum value of the framework agreement is DKK 90.000.000. The estimated value is DKK 25.000.000. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the Card Solution Agreement. This is due to uncertainty about exactly how many External End Users will require a Card. 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 Card Solution 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 the minimum requirements set out in the Tender Specifications, which the tenderer must fulfill. 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. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by following link: https://mercell.atlassian.net/servicedesk/customer/portal/4/group/69/create/74.
Legal basis
Directive 2014/25/EU
The Utilities Directive (Directive 2014/25/EU)   - The Utilities Directive (Directive 2014/25/EU) is implemented in Danish law by Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022), which also contains supplementary provisions.
5. Lot
5.1.
Lot LOT-0000
Title Card Solution Agreement
Description i) Background and purposes: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 national state railways (DSB) as well as all regional public transport authorities and the Copenhagen Metro. 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 in August 2023 and the launch of Rejsekort as an App in 2024, 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 300,000-400,000 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".The main purpose of the Card Solution Agreement is the procurement and distribution of Cards to the IDL Solution as well as to the SUSY Solution.ii) The Card Solution AgreementThe Card Solution Agreement covers delivery of Goods and Services.The Deliveries include the following:A) GoodsCards and StationariesB) ServicesServices means Services provided by the Supplier as part of the Card Solution Agreement. Services include: The initial setup of the Card Solution, Order Handling, Order Distribution, Creating and Editing, Consultancy Services, and Exit Services.****The Supplier on the Card Solution is not guaranteed any minimum purchase under the Card Solution 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 Card Solution Agreement.
Internal identifier 252180986
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  64100000   Post and courier services
Additional classification   ( cpv ):  22459000   Tickets, 30160000   Magnetic cards, 34980000   Transport tickets, 64112000   Postal services related to letters, 64113000   Postal services related to parcels, 72600000   Computer support and consultancy services
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration 96   Months
5.1.4.
Renewal
Maximum renewals 0
5.1.5.
Value
Estimated value excluding VAT 25 000 000,00   DKK
Maximum value of the framework agreement 90 000 000,00   DKK
5.1.6.
General information
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
Additional information 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 9. April at 12 PM. 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 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 Card Solution Agreement. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the Card Solution Agreement, whereas the maximum value reflects the highest estimated value of all Deliveries to be performed within the term of the Card Solution Agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the Card Solution 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 Card Solution Agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the Card Solution Agreement. The maximum value of the framework agreement is DKK 90.000.000. The estimated value is DKK 25.000.000. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the Card Solution Agreement. This is due to uncertainty about exactly how many External End Users will require a Card. 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 Card Solution 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 the minimum requirements set out in the Tender Specifications, which the tenderer must fulfill. 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. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by following link: https://mercell.atlassian.net/servicedesk/customer/portal/4/group/69/create/74.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Samlet årsomsætning
Description Den økonomiske aktørs samlede årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Gennemsnitlig årsomsætning
Description Den økonomiske aktørs gennemsnitlige årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Specifik årsomsætning
Description 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:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Specifik gennemsnitlig omsætning
Description 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:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Etablering af virksomhed
Description 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:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Finansielle nøgletal
Description 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:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Erhvervsansvarsforsikring
Description Det forsikrede beløb i den økonomiske aktørs erhvervsansvarsforsikring er følgende:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Øvrige økonomiske og finansielle krav
Description 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:
Use of this criterion Not used

Criterion
Type Other
Name Certifikater udstedt af uafhængige organer vedrørende kvalitetssikringsstandarder
Description 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?
Use of this criterion Not used

Criterion
Type Other
Name Certifikater udstedt af uafhængige organer vedrørende miljøledelsessystemer eller -standarder
Description 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?
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name Optagelse i et relevant fagligt register
Description 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.
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name Optagelse i et handelsregister
Description 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.
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name For så vidt angår tjenesteydelseskontrakter: særlig autorisation er nødvendig
Description Er det nødvendigt med en særlig autorisation for at kunne udføre den pågældende tjenesteydelse i den økonomiske aktørs etableringsland?
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name For så vidt angår tjenesteydelseskontrakter: medlemskab af en bestemt organisation nødvendigt
Description Er det nødvendigt med medlemskab af en bestemt organisation for at kunne udføre den pågældende tjenesteydelse i den økonomiske aktørs etableringsland?
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name For så vidt angår tjenesteydelseskontrakter: udførelse af tjenesteydelser af den anførte type
Description Kun for så vidt angår offentlige tjenesteydelseskontrakter: I referenceperioden har den økonomiske aktør leveret følgende betydelige tjenesteydelser 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.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Teknikere eller tekniske organer til kvalitetskontrol
Description 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.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Tekniske faciliteter og foranstaltninger til kvalitetssikring
Description Den økonomiske aktør anvender følgende tekniske faciliteter og foranstaltninger til kvalitetssikring, og dennes undersøgelses- og forskningsfaciliteter er som følger:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Undersøgelses- og forskningsfaciliteter
Description Den økonomiske aktør anvender følgende undersøgelses- og forskningsfaciliteter:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Forvaltning af forsyningskæden
Description Den økonomiske aktør vil være i stand til at anvende følgende forvaltning af forsyningskæden og eftersporingssystemer ved gennemførelsen af kontrakten:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Tilladelse til kontrol
Description 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.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Uddannelsesmæssige og faglige kvalifikationer
Description 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.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Miljøledelsesforanstaltninger
Description Den økonomiske aktør kan anvende følgende miljøledelsesforanstaltninger i forbindelse med gennemførelsen af kontrakten:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Antal ledende medarbejdere:
Description Den økonomiske aktørs antal ledende medarbejdere gennem de sidste tre år var som følger:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Årlige gennemsnitlige antal beskæftigede
Description Den økonomiske aktørs årlige gennemsnitlige antal beskæftigede gennem de sidste tre år var som følger:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Værktøj, materiel og teknisk udstyr
Description Den økonomiske aktør vil kunne disponere over følgende værktøj, materiel og tekniske udstyr til gennemførelse af kontrakten:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Andel i underleverance
Description 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.
Use of this criterion Not used
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description Reference is made to Appendix A, section 1.
5.1.11.
Procurement documents
Deadline for requesting additional information 09/04/2025   10:00:00 (UTC)
Address of the procurement documents https://permalink.mercell.com/252180986.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 22/04/2025   10:00:00 (UTC)
Deadline until which the tender must remain valid 6   Months
Information about public opening
Place The electronic tendering system.
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Conditions relating to the performance of the contract 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.
Electronic invoicing Required
Electronic ordering will be used yes
Electronic payment will be used yes
Financial arrangement Reference is made to Appendix 6.
5.1.15.
Techniques
Framework agreement Framework agreement, without reopening of competition
Maximum number of participants 1
Information about the dynamic purchasing system No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud - Nævnenes Hus
Information about review deadlines : I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
Organisation providing additional information about the procurement procedure Rejsekort & Rejseplan A/S
Organisation providing offline access to the procurement documents Rejsekort & Rejseplan A/S
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Rejsekort & Rejseplan A/S
Organisation processing tenders Rejsekort & Rejseplan A/S
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Rejsekort & Rejseplan A/S
Registration number 27332072
Postal address Automatikvej 1, 1.
Town Søborg
Postcode 2860
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Contact point Mette Signe Hansen
Email msh@rejsekort.dk
Telephone 70204008
Internet address http://www.rejsekort.dk/
Roles of this organisation
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official name Klagenævnet for Udbud - Nævnenes Hus
Registration number 37795526
Postal address Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland   ( DK041 )
Country Denmark
Telephone +45 72405600
Fax +45 33307799
Internet address http://www.naevneneshus.dk
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name Konkurrence- og Forbrugerstyrelsen
Registration number 10294819
Postal address Carl Jacobsens Vej 35
Town Valby
Postcode 2500
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
Email kfst@kfst.dk
Telephone +45 41715000
Fax +45 41715100
Internet address http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name Sydtrafik
Registration number 29942897
Town Vejen
Postcode 6600
Country subdivision (NUTS) Sydjylland   ( DK032 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0005
Official name Midttrafik
Registration number 29943176
Town Aarhus
Postcode 8000
Country subdivision (NUTS) Østjylland   ( DK042 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0006
Official name Nordjyllands Trafikselskab
Registration number 30015940
Town Aalborg
Postcode 9000
Country subdivision (NUTS) Nordjylland   ( DK050 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0007
Official name BAT (Bornholms Regionskommune)
Registration number 26696348
Town Rønne
Postcode 3700
Country subdivision (NUTS) Bornholm   ( DK014 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0008
Official name Metroselskabet I/S
Registration number 30823699
Town Copenhagen S
Postcode 2300
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0009
Official name DSB
Registration number 25050053
Town Taastrup
Postcode 2630
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0010
Official name Trafikselskabet Movia
Registration number 29896569
Town Valby
Postcode 2500
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0011
Official name Fynbus
Registration number 29979944
Town Odense C
Postcode 5000
Country subdivision (NUTS) Fyn   ( DK031 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0012
Official name Hovedstadens Letbane
Registration number 36032499
Town Copenhagen S
Postcode 2300
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
Email msh@rejsekort.dk
Telephone 70204008
Roles of this organisation
Buyer
8.1.
ORG-0013
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo   ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version e510755d-6639-4028-8c6e-10e4cfafb9fe   -   01
Form type Competition
Notice type Contract notice – light regime
Notice subtype 21
Notice dispatch date 27/03/2025   14:49:23 (UTC)
Notice dispatch date (eSender) 27/03/2025   14:49:46 (UTC)
Languages in which this notice is officially available English
Notice publication number 203120-2025
OJ S issue number 63/2025
Publication date 31/03/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web04