Card Solution Agreement

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 …

CPV: 64100000 Post and courier services, 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
Place of execution:
Card Solution Agreement
Awarding body:
Rejsekort & Rejseplan A/S
Award number:
252180986

1. Buyer

1.1 Buyer

Official name : Rejsekort & Rejseplan A/S

1.1 Buyer

Official name : Sydtrafik

1.1 Buyer

Official name : Midttrafik

1.1 Buyer

Official name : Nordjyllands Trafikselskab

1.1 Buyer

Official name : BAT (Bornholms Regionskommune)

1.1 Buyer

Official name : Metroselskabet I/S

1.1 Buyer

Official name : DSB

1.1 Buyer

Official name : Trafikselskabet Movia

1.1 Buyer

Official name : Fynbus

1.1 Buyer

Official name : Hovedstadens Letbane

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
Previous notice : e510755d-6639-4028-8c6e-10e4cfafb9fe-01
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
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 34980000 Transport tickets
Additional classification ( cpv ): 64112000 Postal services related to letters
Additional classification ( cpv ): 64113000 Postal services related to parcels
Additional classification ( cpv ): 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

2.1.4 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 technical ID : 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
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 34980000 Transport tickets
Additional classification ( cpv ): 64112000 Postal services related to letters
Additional classification ( cpv ): 64113000 Postal services related to parcels
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.6 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.

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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

Value of all contracts awarded in this notice : 25 000 000 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : IDEMIA Denmark A/S
Tender :
Tender identifier : IDEMIA Denmark A/S tilbud
Identifier of lot or group of lots : LOT-0000
Value of the tender : 25 000 000 Danish krone
The tender was ranked : no
The tender is a variant : no
Contract information :
Identifier of the contract : IDEMIA Denmark A/S kontrakt
Date of the conclusion of the contract : 02/05/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

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
Telephone : 70204008
Internet address : http://www.rejsekort.dk/
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

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
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
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
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
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
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
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
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
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
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
Telephone : 70204008
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : IDEMIA Denmark A/S
Size of the economic operator : Medium
Registration number : 67096916
Postal address : Knud Højgaards Vej 7
Town : Søborg
Postcode : 2860
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : IDEMIA Denmark A/S
Telephone : 44506400
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0014

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 : 9fa3fa76-2203-4826-a665-4a78b6ede079 - 01
Form type : Result
Notice type : Contract or concession award notice – light regime
Notice dispatch date : 26/08/2025 10:22 +00:00
Notice dispatch date (eSender) : 26/08/2025 10:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00558831-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025