Procurement of a New Toll System for Storebælt and Femern Link

The Contracting Entity calls for the tender of a New Toll System for Storebælt and Femern Link. The purpose of the tender is to find one single operator for the New Toll System covering three contracts: Implementation Agreement Storebælt (Agreement A), Implementation Agreement Femern (Agreement B) and a Master Services …

CPV: 34927000 Toll equipment, 34970000 Traffic-monitoring equipment, 34972000 Traffic-flow measuring system, 50000000 Repair and maintenance services, 50230000 Repair, maintenance and associated services related to roads and other equipment, 51100000 Installation services of electrical and mechanical equipment, 51220000 Installation services of checking equipment, 72000000 IT services: consulting, software development, Internet and support, 72220000 Systems and technical consultancy services
áit fhorghníomhaithe:
Procurement of a New Toll System for Storebælt and Femern Link
clárlann:
Sund & Bælt Holding A/S
uimhir dámhachtana:
--

1. Buyer

1.1 Buyer

Official name : Sund & Bælt Holding A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

1.1 Buyer

Official name : A/S Storebælt
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

1.1 Buyer

Official name : Femern A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Procurement of a New Toll System for Storebælt and Femern Link
Description : The Contracting Entity calls for the tender of a New Toll System for Storebælt and Femern Link. The purpose of the tender is to find one single operator for the New Toll System covering three contracts: Implementation Agreement Storebælt (Agreement A), Implementation Agreement Femern (Agreement B) and a Master Services Agreement (Agreement C) (together the “Agreements”). Sund & Bælt already operates a Toll Plaza and Toll System at Storebælt. This Toll System was upgraded in 2019. A New Toll Plaza and Toll System must also be installed and implemented in Rødby, Denmark, in connection with the future Femern Link. The Supplier of the New Toll System is responsible to first implement a New Toll System at Storebælt and later implement the New Toll System at Femern Link. Sund & Bælt wants to establish one common New Toll System for Toll Plaza Storebælt and New Toll Plaza Femern to achieve scale on assets, operational efficiency and excellent customer self-service. The Supplier shall deliver one Toll System for common management, operation and surveillance of both links. Pursuant to section 49 of the Danish Public Procurement Act, the Contracting Entity has further considered whether the Agreements can be divided into other lots but has found it most appropriate not to make such a further division. It is the Contracting Entity's assessment that dividing the Agreements into other lots would result in disproportionate administrative burdens, both in relation to the synergy between the Agreements, the tender process and in relation to ongoing contract management, including the ongoing management of the tasks under the Agreements.
Procedure identifier : a93e6c24-ad9f-41e7-9f8e-35162ee8983e
Internal identifier : --
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tender procedure will be conducted as the competitive procedure with negotiation, see the Danish Public Procurement Act, section 61(1), para (1), point c. The reason for conducting the tender procedure as the competitive procedure with negotiation is due to the Agreements complexity, financial circumstances and risks involved. The tender procedure is sequential and starts with the submission of the first Indicative Offer (INDO1). On the basis of the INDO1, the Contracting Entity will conduct negotiations with the tenderers in accordance with the guidelines set out in the Instrutions to Tenderers, cf. section 7. During the negotiations, the Contracting Entity may ask the tenderers to submit additional Indicative Offers (INDO2, INDO3, and so on), and the Contracting Entity may publish changes of the procurement documents. Following the conclusion of the negotiations, tenderers are expected to submit the Best and Final Offer (BAFO). The BAFOs will then be evaluated by the Contracting Entity using the award criteria set out in Instrutions to Tenderers, cf. section 10. The Agreements is then awarded to the most economically advantageous tender. Please note, however, that certain aspects of the procedure, such as the number of INDOs, remain subject to change (as further described in the following sections). Furthermore, please note that the Contracting Entity reserves the right to award the Agreements based on the received INDO1s, INDO2s, INDO 3s etc., and an evaluation thereof, in accordance with the criteria mentioned in Instrutions to Tenderers, cf. section 10.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34927000 Toll equipment
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34972000 Traffic-flow measuring system
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51220000 Installation services of checking equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 245 000 000 Danish krone

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 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. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the Instructions to Tenderers (ITT) for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven), and section 137(1) para (1) of the Danish Public Procurement Act (udbudsloven). The candidate will be excluded from participation in the application procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135, 136 and 137(1) paragraph (1) and (2) of the Danish Public Procurement Act (udbudsloven), unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the Contracting Entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The Contracting Entity only accepts certificates of registration in an official list from candidates and tenderers established in the country holding the official list. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the Agreements. The form is enclosed as an attachment to the tender material, see “Prequalification Template A”. It should be noted that each candidate may only submit one application for prequalification. The Contracting Entity will select the number of candidates by applying the selection criteria stated in this Contract Notice, unless the Contracting Entity receives no more than the stated number of compliant requests for participation. The Contracting Entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications do not comply with the formal requirements of the procurement documents. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the candidate may submit to the Contracting Entity a certificate of registration in an official list of approved economic suppliers, see section 156 of the Danish Public Procurement Act, issued by the competent entity. The Contracting Entity only accepts certificates of registration in an official list from applicants and candidates established in the country holding the official list. The Contracting Entity may award the Agreements on the basis of the initial tender and, hence, the tenderers cannot expect negotiation meetings to be conducted, see Instructions to Tenderers, section 7 (Negotiations). The tenderers must therefore ensure that the initial tenders are complete and that prices are set on the basis of the tender documents that form the basis of the tender submission. Matters listed in the tenderer's comments to the tender documents (Tender Submission Letter) are not considered to be part of the initial tender (but a proposal for negotiations) and the list is therefore not considered a reservation either. The INDOs/BAFOs must remain valid and open for 6 months after the deadline. The Contracting Entity will pay a participation fee of DKK 125,000.00 excl. VAT to each tenderer who participates in the negotiations and submits a compliant final tender (BAFO). However, a participation fee will not be paid to the tenderer who is awarded the Agreements. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for the application procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. (reference is made to Article 5k, section 1, for the exact delimitation of the actors covered by the prohibition). The Contracting Entity may at any time during the application process require that the economic suppliers prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic suppliers’ and any subcontractors’ place of establishment and ownership. An information meeting will be held virtually on Microsoft Teams on the 16 Maj 2025, at 9:00-10:00 AM. The Candidates is asked to inform whether the candidate will participate in the information meeting. The information must be submitted via the electronic tendering system preferably no later than 14 May at 12:00 PM and a link will be sent to the Candidates informed e-mail. At the meeting, the Contracting Entity will explain the background and purpose of the Project for which the Candidates are invited to apply. Furthermore, the Contracting Entity will provide more general information about the tender documents. A site visit inspection of Toll Plaza Storebælt, including a Non-Express Lane, an Express Lane and the surveillance room will be possible. The site visit will take place on 10 September 2025, at 9:00-13:00 AM, at Storebæltsvej 70, 4220 Korsør, Denmark. Tenderers wishing to participate in the site visit are asked to sign up via the electronic tendering system at least 3 days before the meeting with indication of name of business and number of participants. The Contracting Entity may reduce the number of participants per business. The site visit is arranged in order to provide the tenderer with more details of the current Toll Plaza Storebælt before submission of tender. When submitting the tender, however, the tenderer must base its tender on the written information stated in the tender documents. During the site visit, the tenderers may ask questions directly related to the site visit and of no material significance to the tender procedure. Any other questions must be put in writing. The Contracting Entity will draw up brief minutes of the site visit which will be published via the electronic tendering system. Checklist for submission of application: 1) Filled in ESPD a. (If relevant) Filled in ESPD regarding other entities b. (If relevant) For other entities the ESPD must be signed 2) (If relevant) Declaration of support – Confirmation regarding the capacity of other entities (Prequalification Template A) 3) (If relevant) Consortium Declaration (Prequalification Template B) 4) Reference Checklist (Prequalification Template C) 5) Notification of Processing of Personal Data (Prequalification Template D)
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : see section 137(1), para (2) of the Danish Public Procurement Act.
Bankruptcy : see section 137(1), para (2) of the Danish Public Procurement Act.
Corruption : see section 135(1), para (2) of the Danish Public Procurement Act.
Arrangement with creditors : see section 137(1), para (2) of the Danish Public Procurement Act.
Participation in a criminal organisation : see section 135(1), para (1) of the Danish Public Procurement Act.
Breaching of obligations in the fields of environmental law : see section 137(1), para (1) of the Danish Public Procurement Act.
Money laundering or terrorist financing : see section 135(1), para (5) of the Danish Public Procurement Act.
Fraud : see section 135(1), para (3) of the Danish Public Procurement Act.
Child labour and other forms of trafficking in human beings : see section 135(1), para (6) of the Danish Public Procurement Act.
Insolvency : see section 137(1), para (2) of the Danish Public Procurement Act.
Breaching of obligations in the fields of labour law : see section 137(1), para (1) of the Danish Public Procurement Act.
Assets being administered by liquidator : see section 137(1), para (2) of the Danish Public Procurement Act.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see section 136, para (3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : see section 136, para (1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure : see section 136, para (2) of the Danish Public Procurement Act.
Breaching of obligations in the fields of social law : see section 137(1), para (1) of the Danish Public Procurement Act.
Payment of social security contributions : see section 135(3) of the Danish Public Procurement Act.
Business activities are suspended : see section 137(1), para (2) of the Danish Public Procurement Act.
Payment of taxes : see section 135(3) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : see section 135(1), para (4) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Implementation Agreement Storebælt (Agreement A)
Description : Sund & Bælt seeks a Supplier to design, supply, install, test and implement a New Toll System at Toll Plaza Storebælt. The New Toll System shall be a fully integrated barrier-based Toll System and encompasses all work, services, deliverables, and resources that are required for the New Toll System and to ensure the New Toll System is fit for purpose. The New Toll System is a combination of Equipment, software, data, and functionality which, as a unified solution, effectively shall support Sund & Bælt ambition to achieve scale on assets and excellent operational efficiency via unmanned Toll Plazas. The New Toll System contains these main four components: 1) One common Toll System (OBO) 2) Equipment needed for detection, identification and classification of vehicles, Self-service and other Equipment. 3) System configuration and functionality for detection, identification and classification, Lane assistance, Lane Management, Back-office functionality etc. 4) Interfaces to Sund & Bælt tolling platform and various other systems. Ad. 1. The New Toll System includes one common OBO to first operate Toll Plaza Storebælt and later New Toll Plaza Femern with different vehicle classifications and price parameters. The New Toll System shall provide the same Front-end interface to all users regardless which Toll Plaza. Ad. 2. The Equipment for detection, identification and classification includes transceivers for OBEs, ANPR cameras, loops and Equipment to measure height, length and width of vehicles. Surveillance cameras and video include cameras in the lanes and at a distance. Self-service terminals with all equipment needed for self-service payment, including cash terminals (for some). Other Equipment includes traffic signals, VMS and enforcement barrier system. Ad 3. Detection functionality includes detection of vehicle entry, position in the lanes and exit registration. Identification includes functionality to conduct automatic reading and validation of Number Plates (ANPR) and On-Board Equipment (OBE), making it possible to pass the Toll Plaza via the Express lanes with a speed of up to 50 km per hour. Classification contains the functionality to receive, process and validate the vehicle measure-ment data from the Equipment, and translate that into correct vehicle class and price for the passage. Classification must be based on two different and separate classification systems. Lane assistance in the New Toll system shall enable remote, swift and customer friendly lane assistance. Lane management functionality shall ensure remote operation of lane modes, barri-ers, VMS Boards and various actions per Lane. Back-office functionality includes interface, functionality, data and workflow for Sund & Bælt personnel to effectively review and validate passage data. Ad. 4. The New Toll system also includes Interfaces and two-way exchange of data to Sund & Bælt tolling platform (Azure), Intercom, Nets, Fuelcard server, MobilePay and SCADA/One Control Centre. Interfaces and data exchanges are via API´s. About Toll Plaza Storebælt. Toll Plaza Storebælt is built as a Single Lane Free Flow Toll System with barriers. On average 37.000 vehicles passes every day. The Plaza contains 12 Express Lanes and 10 Non-Express Lanes. Approximately 80% of the vehicles pay for the passages via automatic payments (e.g. ANPR or OBE). Toll Plaza Storebælt is located in an aggressive mari-time environment which drives special demands to the Equipment offered by the Supplier. The Supplier shall be aware that the implementation of the New Toll System will happen while Toll Plaza Storebælt is in full operation, i.e. live traffic in the lanes.
Internal identifier : A

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34927000 Toll equipment
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34972000 Traffic-flow measuring system
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51220000 Installation services of checking equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 77 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The total annual turnover in each of the three latest financial year(s)
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information. - The candidates total annual turnover in each of the three latest financial year(s). As a minimum requirement, a total annual turnover of at least DKK 250 million is required in each of the three latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual re-ports/financial statements available. For groups of suppliers (e.g. a consortium), the turnover is calculated as the total turnover of the suppliers in each of the three latest annual re-ports/financial statements available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A”. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: A statement regarding the Supplier's total turnover in the three most recent annual reports/financial statements available, depending on when the Supplier was set up or started trading, if the figures for this turnover are available. For groups of Suppliers (e.g. a consortium), the information in the three most recent annual reports/financial statements available must be submitted for each participating supplier in the group. Where an supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The equity at the end of each of the three latest financial year(s) available.
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information: - The candidates equity in the three latest financial year(s) available. As a minimum requirement, an equity is required of at least DKK 100 million in each of the three latest annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the Supplier and such other entities in each of the three latest annual report/financial statement available. For groups of Suppliers (e.g. a consortium), the equity is calculated as the total equity of the Suppliers in each of the three latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A" The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: The Supplier's balance sheets or extracts from balance sheets in the most recent annual re-port/financial statement available if publication of the balance sheets is required under law in the country in which the supplier is established, or other documentation of the size of the equity. For groups of suppliers (e.g. a consortium), the information in the most recent annual re-port/financial statement available must be submitted for each participating Supplier in the group. Where a Supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The candidate must submit the ESPD with a list of the 6 most significant comparable deliverables and supplies that the candidate has carried out in the latest 5 years before the expiry of the deadline for submission of application. As a minimum requirement, the candidate is required to have at least three references demonstrating experience with delivery of: - A fully integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting. The references must demonstrate experience with the above-mentioned. It is a requirement that at least three references documents experience with all the above-mentioned in the same reference. References regarding toll collecting systems at ferry terminals and parking facilities will not be considered comparable. Only references relating to supplies carried out at the time of submitting application will be given importance in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see above. Hence, in the case of an ongoing task, only the part of the supplies 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 1) a clear description of the delivery to which is related and 2) the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the 3) financial value of the delivery (amount), the 4) date of delivery and the name of the customer (recipient) and 5) the country where it was performed. 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 how the date is specified. No more than 6 references may be stated, irrespective of whether the candidate is a single Supplier, whether the candidate relies on the technical capacity of other entities or is a group of Suppliers (e.g. a consortium). Where more than six references are stated, only the most recent six references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent six references, the references will be selected by drawing lots. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see above. 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 verification of the information stated in the reference, including the dates of the reference indicated. The candidate may support the ESPD regarding the technical and professional ability with a reference checklist. Please find a template in the folder on EU Supply, see “Prequalification Template C - Reference Checklist”.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : If the Contracting Entity receives applications from more than three suitable candidates, the Contracting Entity will select the three candidates that the Contracting Entity considers to be the most suitable. The criterias for selection among the suitable candidates are: The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries in relation to the main deliveries put up for tender. The evaluation of the most relevant deliveries will be made based on the extent, in total, to which the references document experience with delivery of comparable deliverables and services. The relevance assessment will be made with particular emphasis on the following (not prioritized): 1) To which extent does the references document experience with delivery of a comparable integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting, both in functionally, scale and in terms of volume. 2) Does the references document experience with delivery of comparable services, support and maintenance both in functionally, scale and in terms of volume. 3) Does the references regard 24/7/365 service and support. 4) Does the refences regards unmanned toll stations including remote lane assistance and lane management. 5) Does the reference cover both Express (using ANPR) and Non-Express Lanes. 6) Is the capacity >600 vehicles per Express Lane per hour. 7) Does the references document numberplate reading from EETS countries, including Norway and Switzerland. 8) Does the references document experience with Single Lane Free Flow.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Design, functionality and performance
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Reliability of deliveries and implementation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Service and maintenance during Operation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/06/2025 08:00 +00:00
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 Agreement A 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 Agreement A furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. The Agreement A includes social clauses on the use of trainees, cf. the Public Procurement Act, paragraph 176 (2). The Agreements A lays down requirements on compliance with the law on processing of personal data. If the Agreements is awarded to a group of suppliers (such as a consortium), the par-ticipants of the group must undertake joint and several liability and appoint a joint representative.
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Agreement A: - The Supplier shall obtain an Advance Payment Bond. The Supplier can request up to 50 % in advance payment for Milestone Payments prior to Delivery - The Supplier shall provide a Performance Bond in the amount of 10 % of the total Agreement Price - Liquidated Damages for delay: o For delay of Milestone 1 (Planning & Design Approval) and Milestone 2 (System & Integration Test Approval), the Liquidated Damages is DKK 10.000 pr. Calendar Day the Milestone is not met o For delay of Milestone 3 (Final Delivery Date), the Liquidated Damages is DKK 25.000 pr. Calendar Day the Milestone is not met - Liquidated Damages for replacement of Key Roles: 150.000 DKK - The liability of the Supplier is limited to two hundred (200) % of the Agreement Price. The Supplier's liability for Delay Liquidated Damages shall not exceed an amount corresponding to twenty (20) % of the Agreement Price. - General commercial and product liability insurance in an amount of DKK 7.500.000 per claim.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Sund & Bælt Holding A/S -
Organisation providing offline access to the procurement documents : Sund & Bælt Holding A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Sund & Bælt Holding A/S -
Organisation processing tenders : Sund & Bælt Holding A/S -

5.1 Lot technical ID : LOT-0002

Title : Implementation Agreement Femern (Agreement B)
Description : Sund & Bælt seeks a Supplier to design, supply, install, test and implement a New Toll System at New Toll Plaza Femern. The New Toll System shall be a fully integrated barrier-based Toll System and encompasses all work, services, deliverables, and resources that are required for the New Toll System and to ensure the New Toll System is fit for purpose. The New Toll System is a combination of Equipment, software, data, and functionality which, as a unified solution, effectively shall support Sund & Bælt ambition to achieve scale on assets and excellent operational efficiency via unmanned Toll Plazas. The New Toll System contains these main four components: 1) Integration to the Toll System (OBO) running Toll Plaza Storebælt 2) Equipment needed for detection, identification and classification of vehicles, Self-service and other Equipment. 3) System configuration and functionality for detection, identification and classification, Lane assistance, Lane Management, Back-office functionality etc. 4) Interfaces to Sund & Bælt tolling platform and various other systems. Ad. 1. The New Toll System includes integration to the OBO operating Toll Plaza Storebælt, and by that ensure that there will be one common OBO for both Toll Plaza Storebælt and New Toll Plaza Femern. Ad. 2. The Equipment for detection, identification and classification includes transceivers for OBEs, ANPR cameras, loops and Equipment to measure height, length and width of vehicles. Surveillance cameras and video include cameras in the lanes and at a distance. Self-service terminals with all equipment needed for self-service payment, including cash terminals (for some). Other Equipment includes traffic signals, VMS and enforcement barrier system. Ad 3. Detection functionality includes detection of vehicle entry, position in the lanes and exit registration. Identification includes functionality to conduct automatic reading and validation of Number Plates (ANPR) and On-Board Equipment (OBE), making it possible to pass the Toll Plaza via the Express lanes with a speed of up to 50 km per hour. Classification contains the functionality to receive, process and validate the vehicle measure-ment data from the Equipment, and translate that into correct vehicle class and price for the passage. Classification must be based on two different and separate classification systems. Lane assistance in the New Toll system shall enable remote, swift and customer friendly lane assistance. Lane management functionality shall ensure remote operation of lane modes, barriers, VMS Boards and various actions per Lane. Back-office functionality includes interface, functionality, data and workflow for Sund & Bælt personnel to effectively review and validate passage data. Ad. 4. The New Toll system also includes Interfaces and two-way exchange of data to Sund & Bælt tolling platform (Azure), Intercom, Nets, Fuelcard server, MobilePay and SCADA/One Control Centre. Interfaces and data exchanges are via API´s. About New Toll Plaza Femern. New Toll Plaza Femern shall be built as a Single Lane Free Flow Toll System with barriers. On average 12.000-15.000 vehicles are estimated to pass every day. The Plaza contains 6 Express Lanes direction south and 6 Express Lanes direction north. New Toll Plaza Femern is located in an aggressive maritime environment which drives special de-mands to the Equipment offered by the Supplier. The Supplier shall be aware that Femern link is not built at the time of the tender and the implementation of the New Toll System at Femern includes interfaces to other Suppliers at Femern.
Internal identifier : B

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34927000 Toll equipment
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34972000 Traffic-flow measuring system
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 51220000 Installation services of checking equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 46 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Identifier of EU funds : 21-EU-TG- Fehmarnbelt Tunnel and 23-EU-TG-Fehmarnbelt Tunnel
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The total annual turnover in each of the three latest financial year(s)
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information. - The candidates total annual turnover in each of the three latest financial year(s). As a minimum requirement, a total annual turnover of at least DKK 250 million is required in each of the three latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual re-ports/financial statements available. For groups of suppliers (e.g. a consortium), the turnover is calculated as the total turnover of the suppliers in each of the three latest annual re-ports/financial statements available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A”. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: A statement regarding the Supplier's total turnover in the three most recent annual re-ports/financial statements available, depending on when the Supplier was set up or started trading, if the figures for this turnover are available. For groups of Suppliers (e.g. a consortium), the information in the three most recent annual reports/financial statements available must be submitted for each participating supplier in the group. Where an supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The equity at the end of each of the three latest financial year(s) available
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information: - The candidates equity in the three latest financial year(s) available. As a minimum requirement, an equity is required of at least DKK 100 million in each of the three latest annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the Supplier and such other entities in each of the three latest annual report/financial statement available. For groups of Suppliers (e.g. a consortium), the equity is calculated as the total equity of the Suppliers in each of the three latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A" The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: The Supplier's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the supplier is established, or other documentation of the size of the equity. For groups of suppliers (e.g. a consortium), the information in the most recent annual re-port/financial statement available must be submitted for each participating Supplier in the group. Where a Supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The candidate must submit the ESPD with a list of the 6 most significant comparable deliverables and supplies that the candidate has carried out in the latest 5 years before the expiry of the deadline for submission of application. As a minimum requirement, the candidate is required to have at least three references demonstrating experience with delivery of: - A fully integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting. The references must demonstrate experience with the above-mentioned. It is a requirement that at least three references documents experience with all the above-mentioned in the same reference. References regarding toll collecting systems at ferry terminals and parking facilities will not be considered comparable. Only references relating to supplies carried out at the time of submitting application will be given importance in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see above. Hence, in the case of an ongoing task, only the part of the supplies 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 1) a clear description of the delivery to which is related and 2) the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the 3) financial value of the delivery (amount), the 4) date of delivery and the name of the customer (recipient) and 5) the country where it was performed. 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 how the date is specified. No more than 6 references may be stated, irrespective of whether the candidate is a single Supplier, whether the candidate relies on the technical capacity of other entities or is a group of Suppliers (e.g. a consortium). Where more than six references are stated, only the most recent six references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent six references, the references will be selected by drawing lots. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see above. 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 verification of the information stated in the reference, including the dates of the reference indicated. The candidate may support the ESPD regarding the technical and professional ability with a reference checklist. Please find a template in the folder on EU Supply, see “Prequalification Template C - Reference Checklist”.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : If the Contracting Entity receives applications from more than three suitable candidates, the Contracting Entity will select the three candidates that the Contracting Entity considers to be the most suitable. The criterias for selection among the suitable candidates are: The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries in relation to the main deliveries put up for tender. The evaluation of the most relevant deliveries will be made based on the extent, in total, to which the references document experience with delivery of comparable, deliverables and services. The relevance assessment will be made with particular emphasis on the following (not prioritized): 1) To which extent does the references document experience with delivery of a comparable integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting, both in functionally, scale and in terms of volume. 2) Does the references document experience with delivery of comparable services, support and maintenance both in functionally, scale and in terms of volume. 3) Does the references regard 24/7/365 service and support. 4) Does the refences regards unmanned toll stations including remote lane assistance and lane management. 5) Does the reference cover both Express (using ANPR) and Non-Express Lanes. 6) Is the capacity >600 vehicles per Express Lane per hour. 7) Does the references document numberplate reading from EETS countries, including Norway and Switzerland. 8) Does the references document experience with Single Lane Free Flow.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Design, functionality and performance
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Reliability of deliveries and implementation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Service and maintenance during Operation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/06/2025 08:00 +00:00
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 Agreement B 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 Agreement B furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. The Agreement B includes social clauses on the use of trainees, cf. the Public Procurement Act, paragraph 176 (2). The Agreements B lays down requirements on compliance with the law on processing of personal data. If the Agreements is awarded to a group of suppliers (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
A non-disclosure agreement is required : no
Electronic invoicing : Not allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Agreement B: - The Supplier shall obtain an Advance Payment Bond. The Supplier can request up to 50 % in advance payment for Milestone Payments prior to Delivery - The Supplier shall provide a Performance Bond in the amount of 10 % of the total Agreement Price - Liquidated Damages for delay: o For Delay of Milestone 1 (System & Integration Test Approval), the Liquidated Damages is DKK 10.000 pr. Calendar Day the Milestone is not met o For delay of Milestone 2 (Final Delivery Date), the Liquidated Damages is DKK 50.000 pr. Calendar Day the Milestone is not met - Liquidated Damages for replacement of Key Roles: 150.000 DKK - The liability of the Supplier is limited to two hundred (200) % of the Agreement Price. The Supplier's liability for Delay Liquidated Damages shall not exceed an amount corresponding to twenty (20) % of the Agreement Price. - General commercial and product liability insurance in an amount of DKK 7.500.000 per claim.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Sund & Bælt Holding A/S -
Organisation providing offline access to the procurement documents : Sund & Bælt Holding A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Sund & Bælt Holding A/S -
Organisation processing tenders : Sund & Bælt Holding A/S -

5.1 Lot technical ID : LOT-0003

Title : Master Service Agreement (Agreement C)
Description : The Supplier must deliver service, support and maintenance for the New Toll System. The Supplier shall deliver on Sund & Bælt’s ambition to achieves scale on assets and excellent operational efficiency via unmanned Toll Plazas. The Master Service Agreement includes service, support and maintenance of Toll Plaza Storebælt, New Toll Plaza Femern and all licenses, software and Equipment related to the New Toll System. Equipment includes for example cameras, traffic signals, barrier systems, self-service terminals, VMS and Equipment for detection, identification and classification. Service and maintenance of Equipment contains Asset Management, including 3D Building information mod-els and the use of Maximo® for planned and unplanned maintenance works. Asset Management also includes tagging (e.g. QR codes) of all Equipment. The Master Service Agreement is a long-term agreement which includes a close cooperation with Sund & Bælt. Sund & Bælt will manage contact with the customers (e.g. Lane assistance) and operational Traffic management. The Supplier's service and maintenance deliveries will commence when the New Toll System has been implemented at Toll Plaza Storebælt. Following, the New Toll System will be implemented at New Toll Plaza Femern and thereafter the MSA will also encompass service and maintenance of New Toll Plaza Femern. Both Toll Plaza Storebælt and New Toll Plaza Femern are located in Denmark. Toll Plaza Storebælt is located at Halsskov and New Toll Plaza Femern is located at Rødby. The Supplier's services include on-site service and maintenance at both Plazas. To ensure the New Toll System delivers operational efficiency a Service Level Agreement is included. The Service Levels includes response times, availability per lane and for the OBO, as well as performance on vehicle detection, identification and classification. Availability and performance measures can trigger penalties.
Internal identifier : C

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34927000 Toll equipment
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34972000 Traffic-flow measuring system
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50230000 Repair, maintenance and associated services related to roads and other equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : By providing the Supplier no less than six (6) months' notice prior to the expiry of either (i) the Initial Term or (ii) a Renewal Period, Sund & Bælt may four times (4) renew and extend the duration of the MSA on the same terms and conditions, including pricing and discounts, in effect as of the otherwise applicable expiry date (each extension of the Term hereinafter referred to as a "Renewal Period"). Each Renewal Period shall have a duration of six (6) months.

5.1.5 Value

Estimated value excluding VAT : 122 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Identifier of EU funds : 21-EU-TG- Fehmarnbelt Tunnel and 23-EU-TG-Fehmarnbelt Tunnel
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The total annual turnover in each of the three latest financial year(s)
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information. - The candidates total annual turnover in each of the three latest financial year(s). As a minimum requirement, a total annual turnover of at least DKK 250 million is required in each of the three latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual re-ports/financial statements available. For groups of suppliers (e.g. a consortium), the turnover is calculated as the total turnover of the suppliers in each of the three latest annual re-ports/financial statements available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A”. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: A statement regarding the Supplier's total turnover in the three most recent annual re-ports/financial statements available, depending on when the Supplier was set up or started trading, if the figures for this turnover are available. For groups of Suppliers (e.g. a consortium), the information in the three most recent annual reports/financial statements available must be submitted for each participating supplier in the group. Where an supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The equity at the end of each of the three latest financial year(s) available.
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information: - The candidates equity in the three latest financial year(s) available. As a minimum requirement, an equity is required of at least DKK 100 million in each of the three latest annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the Supplier and such other entities in each of the three latest annual report/financial statement available. For groups of Suppliers (e.g. a consortium), the equity is calculated as the total equity of the Suppliers in each of the three latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see above, the candidate and the entities in question will be required by the Contracting Entity to undertake joint and several liability for the performance of the Agreements, see “Prequalification Template A" The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the Contracting Entity intends to award the Agreements must submit documentation that the information stated in the ESPD is accurate. Upon the Contracting Entity’s request, the following documentation of economic and financial capacity must be submitted: The Supplier's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the supplier is established, or other documentation of the size of the equity. For groups of suppliers (e.g. a consortium), the information in the most recent annual re-port/financial statement available must be submitted for each participating Supplier in the group. Where a Supplier relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The candidate must submit the ESPD with a list of the 6 most significant comparable deliverables and supplies that the candidate has carried out in the latest 5 years before the expiry of the deadline for submission of application. As a minimum requirement, the candidate is required to have at least three references demonstrating experience with delivery of: - A fully integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting. The references must demonstrate experience with the above-mentioned. It is a requirement that at least three references documents experience with all the above-mentioned in the same reference. References regarding toll collecting systems at ferry terminals and parking facilities will not be considered comparable. Only references relating to supplies carried out at the time of submitting application will be given importance in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see above. Hence, in the case of an ongoing task, only the part of the supplies 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 1) a clear description of the delivery to which is related and 2) the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the 3) financial value of the delivery (amount), the 4) date of delivery and the name of the customer (recipient) and 5) the country where it was performed. 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 how the date is specified. No more than 6 references may be stated, irrespective of whether the candidate is a single Supplier, whether the candidate relies on the technical capacity of other entities or is a group of Suppliers (e.g. a consortium). Where more than six references are stated, only the most recent six references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent six references, the references will be selected by drawing lots. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see above. 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 verification of the information stated in the reference, including the dates of the reference indicated. The candidate may support the ESPD regarding the technical and professional ability with a reference checklist. Please find a template in the folder on EU Supply, see “Prequalification Template C - Reference Checklist”.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : If the Contracting Entity receives applications from more than three suitable candidates, the Contracting Entity will select the three candidates that the Contracting Entity considers to be the most suitable. The criterias for selection among the suitable candidates are: The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries in relation to the main deliveries put up for tender. The evaluation of the most relevant deliveries will be made based on the extent, in total, to which the references document experience with delivery of comparable, deliverables and services. The relevance assessment will be made with particular emphasis on the following (not prioritized): 1) To which extent does the references document experience with delivery of a comparable integrated toll system, which includes equipment, back-office, self-service terminals, ANPR, DSRC, detection and vehicle classification system, for toll collecting, both in functionally, scale and in terms of volume. 2) Does the references document experience with delivery of comparable services, support and maintenance both in functionally, scale and in terms of volume. 3) Does the references regard 24/7/365 service and support. 4) Does the refences regards unmanned toll stations including remote lane assistance and lane management. 5) Does the reference cover both Express (using ANPR) and Non-Express Lanes. 6) Is the capacity >600 vehicles per Express Lane per hour. 7) Does the references document numberplate reading from EETS countries, including Norway and Switzerland. 8) Does the references document experience with Single Lane Free Flow.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Design, functionality and performance
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Reliability of deliveries and implementation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Service and maintenance during Operation
Description : See Instructions to Tenderers section 10
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/06/2025 08:00 +00:00
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 Agreement C 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 Agreement C furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. The Agreements C lays down requirements on compliance with the law on processing of personal data. If the Agreements is awarded to a group of suppliers (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : - The Supplier shall no later than 30 Calendar Days after Commencement Date Storebælt provide a Performance Bond in the amount of DKK 1.000.000 - Liquidated Damages: o Replacement of Key Roles: 150.000 DKK o Unfulfillment of the Service Level Targets regarding Availability of the Toll Plazas: 15.000 DKK per commenced 20 minutes unavailabillity o Unfulfillment of the Service Level Targets regarding Availability of the Opera-tional Back Office: 15.000 DKK per commenced 120 minutes unavailabillity o Unfulfillment of the Service Level Targets regarding Measurement Perfor-mance: 15.000-30.000 DKK per 0,1 % negative deviation per calendar month per Lane/vehicle class - The liability of the Supplier is limited to two hundred (200) % of the Fees paid or payable by Sund & Bælt during each Contract Year. - General commercial and product liability insurance in an amount of DKK 7.500.000 per claim.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Sund & Bælt Holding A/S -
Organisation providing offline access to the procurement documents : Sund & Bælt Holding A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Sund & Bælt Holding A/S -
Organisation processing tenders : Sund & Bælt Holding A/S -

8. Organisations

8.1 ORG-0001

Official name : Sund & Bælt Holding A/S
Registration number : 15694688
Department : Sund & Bælt Holding A/S
Postal address : Vester Søgade 10
Town : København V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : SBF - Louise Hilton Saggau
Email : lhi@SBF.DK
Telephone : +45 33416247
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
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
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
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : A/S Storebælt
Registration number : 10 63 49 70
Postal address : Vester Søgade 10
Town : København V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Louise Hilton Saggau
Email : lhi@sbf.dk
Telephone : 004533416247
Internet address : https://sundogbaelt.dk/en/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Femern A/S
Registration number : 28 98 65 64
Postal address : Vester Søgade 10
Town : København V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Louise Hilton Saggau
Email : lhi@sbf.dk
Telephone : 004533416247
Internet address : https://sundogbaelt.dk/en/
Roles of this organisation :
Buyer

8.1 ORG-0006

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 : 91a168d5-a39e-432d-9a08-0680d320e721 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 12:47 +00:00
Notice dispatch date (eSender) : 30/04/2025 20:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00288252-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025