Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport

The procurement comprises a Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport (the Contract). The contracting authorities consist of Nordjyllands Trafikselskab, Midttrafik, Sydtrafik, Fynbus and BAT – Din bus på Bornholm. The five public transport authorities consist of the contracting …

CPV: 72000000 Služby informačných technológií: konzultácie, vývoj softvéru, internet a podpora, 72200000 Programovanie softvéru a poradenstvo, 72211000 Programovanie systémového a používateľského softvéru, 72253200 Systémové podporné služby, 72254100 Testovanie systémov, 72261000 Softvérové podporné služby, 72265000 Konfigurovanie softvéru, 72310000 Spracovanie údajov
Miesto vykonania:
Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport
Udeľujúci orgán:
Sydtrafik
Číslo udelenia:
Nordjyllands Trafikselskab

1. Buyer

1.1 Buyer

Official name : Sydtrafik
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Nordjyllands Trafikselskab
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : FynBus
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Midttrafik
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : BAT - Din bus på Bornholm
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport
Description : The procurement comprises a Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport (the Contract). The contracting authorities consist of Nordjyllands Trafikselskab, Midttrafik, Sydtrafik, Fynbus and BAT – Din bus på Bornholm. The five public transport authorities consist of the contracting authorities. The purpose of this project is to implement a new common Planning System that can ensure timely and efficient development, planning and administration of public transport. It is expected that the future solution can handle the relevant functions regarding bus, train, and light rail traffic in terms of IT. This scope of the services concerns the implementation, maintenance, and further development of an IT system for planning public transport in Danish Public Transport Authorities (PTA). The PTAs are not the same in size, and therefore the workload in connection with installation, onboarding, training, etc. will vary per PTA. The number of operating buses for a month varies from approximately 40 to approximately 800 for a PTA, including the number of hours per bus for a month ranging from 1900 hours to 2200 hours. The procured Contract contains elements of a framework agreement, as the Contact obliges the supplier to deliver the above-mentioned Planning System as well as it enables the contracting authorities to purchase the ad hoc services outlined in the Contract at an agreed hourly rate for ad hoc assistance during the term of the Contract. The Contract is expected to enter into force in February 2026. Please refer to the tender documents for further information.
Procedure identifier : f45f72e6-a87d-4855-99f6-1a7ccef12bfb
Internal identifier : Nordjyllands Trafikselskab
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The contracting authorities shall reserve the right to award the contract based on the initial tender, wherefore the commencement of the negotiation phase is contingent upon the contracting authorities not utilising this right. Upon receipt of applications, the contracting authorities will prequalify 3 applicants. Following the receipt of initial tenders, the contracting authorities anticipate the following negotiation procedure (unless the contract is awarded based on the initial tenders): All prequalified tenderers who have submitted an initial tender on time will be invited to a negotiation round. Thereafter, all tenderers who have submitted a revised tender on time will be invited to a further negotiation round. Following this, the tenderers will be requested to submit final tenders. Please refer to the tender conditions for a detailed description of the procurement procedure. The contracting authorities reserve the right to adjust the procurement procedure, for example by adding additional negotiation meetings and requests for further revised tenders. No remuneration will be paid for participation in the procurement procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72310000 Data-processing services

2.1.2 Place of performance

Anywhere
Additional information : At the Supplier

2.1.3 Value

Estimated value excluding VAT : 5 360 000 Euro

2.1.4 General information

Additional information : The procurement is a negotiated procedure, which means that companies wishing to participate in the procurement procedure must first apply for prequalification. A total of 3 applicants will be prequalified. Applications for the prequalification must be uploaded and submitted via EU-Supply before the specified application deadline. Any questions regarding the application process must be submitted via EU-Supply. Applicants are encouraged to submit their questions no later than 2 weeks before the application deadline. All questions received by 27 August 2025 will be answered, to the extent possible, no later than 6 calendar days before the application deadline. Questions and answers, as well as any amendments, will be published continuously in the EU-Supply. The deadline for the submission of tenders is specified in the tender documents. Grounds for exclusion, selection criteria, and minimum requirements for suitability of applicants are set out in the contract notice. Applicants are strongly advised to read this thoroughly. Only applicants who are prequalified will be invited to participate in the negotiation and tendering phase. Requests for prequalification must be submitted by completing the ESPD (European Single Procurement Document), in which the applicant must declare: Whether the applicant is subject to the compulsory grounds for exclusion under sections 135–136 of the Danish Public Procurement Act and the voluntary grounds under section 137(1)(1–6) and: - The specified information regarding economic and financial standing, and - The specified information regarding technical and professional ability. An applicant will be excluded from participation in the procurement procedure if the above-mentioned exclusion grounds apply, unless the Public Procurement Act allows the contracting authorities to refrain from exclusion (see, for example, section 138 of the Act). Each ESPD must be signed by the issuer (unless the issuer’s identity is electronically authenticated through EU-Supply). The EU has introduced a prohibition regarding the participation in European public procurements by companies with Russian involvement, pursuant to Article 5k of Council Regulation (EU) No. 833/2014 of 31 July 2014 on restrictive measures in view of Russia’s actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No. 2022/578 of 8 April 2022. Prequalified tenderers must submit a solemn declaration together with the initial tender, stating that neither the entity nor the tender involve any Russian participation exceeding the limits set out in the regulation. In case of a group of tenderers, including temporary associations (consortium), participating jointly in the procurement procedure, each entity shall submit a solemn declaration. The tender documents contains a template, which may be used for this purpose. If the solemn declaration is not submitted along with the tender, the contracting authorities shall be entitled to permit a subsequent submission within a short time limit, as well as provide supplements or clarifications to submitted documentation. Failure to submit the requested documentation may result in exclusion from the procurement procedure. See the tender conditions for further details. Regarding the duration of the contract, it is additionally stated that the contract does not have a fixed expiry date. The contracting authorities may terminate the contract, in whole or in part, with 6 months' written notice to the end of a calendar month, but not earlier than 24 months after the contract enters into force. The supplier may terminate the contract, in whole or in part, with 18 months' written notice to the end of a calendar month, but not earlier than 78 months after the contract enters into force. The contract does not contain provisions for a fixed expiry date; however, for the purposes of the tender evaluation and value estimation, a term of 10 years has been assumed. Successive reduction The procedure will not take place in successive stages and participants may not be eliminated during each stage.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for corruption as defined in Article 3 of convention on combating of corruption involving officials of the European Union and of the EU member states and Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating of corruption in the private sector (Official Journal of the European Union 2003, No. L 192, page 54) and corruption as defined by national law in the member state or home country of the applicant or tenderer or in the country in which the applicant or tenderer is established. The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of the applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Fraud : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities. The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Money laundering or terrorist financing : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for money laundering or terrorist financing, as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15). The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of the applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Participation in a criminal organisation : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for actions committed as part of a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (Official Journal of the European Union 2008, No. L 300, page 42). The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of the applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Terrorist offences or offences linked to terrorist activities : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for acts of terror or criminal acts related to terrorist activities within the meaning of Article 1, 3 and 4, respectively, of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (Official Journal of the European Union 2002, No. L 164, page 3) and amending Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (Official Journal of the European Union 2008, No. L 330, page 21). The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of the applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Child labour and including other forms of trafficking in human beings : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer has been convicted by final judgement or who has been fined for breach of section 262a of the Danish Penal Code, or has been the subject of a judgement issued in another country concerning child labour or other types of human trafficking as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/HJA (Official Journal of the European Union 2011, No. L 101, page 1). The contracting authorities shall also exclude an applicant or tenderer where a person who has been convicted by final judgement or who has been fined for the above-mentioned offences is a member of the board, management or supervisory committee of the applicant or tenderer. The contracting authorities shall likewise exclude an applicant or tenderer if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer.
Breaching of obligations in the fields of environmental law : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer has ignored obligations in force in the fields of environmental law under EU law, national law, collective agreements or the obligations under environmental law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the 34 European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive.
Breaching of obligations in the fields of labour law : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer has ignored obligations in force in the fields of labour law under EU law, national law, collective agreements or the obligations under labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the 34 European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive.
Breaching of obligations in the fields of social law : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer has ignored obligations in force in the fields of social law under EU law, national law, collective agreements or the obligations under social law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the 34 European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive.
Agreements with other economic operators aimed at distorting competition : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities has sufficient plausible indications to conclude that the applicant or tenderer has concluded agreements with other economic operators for the purpose of distorting competition.
Grave professional misconduct : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that, in the exercise of its business, the applicant or tenderer has committed serious neglect which gives rise to doubt as to the integrity of the applicant or tenderer.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer of the procurement procedure referred to has provided incorrect information, retained information or is unable to submit additional documents in relation to the grounds for exclusion stated in section 135(1 or 3), and, if relevant, in section 137(1)(2 or 6) the fixed minimum requirements for suitability stipulated in sections 140-144 or selection in section 145. The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer has attempted to interfere with the decision-making process of the contracting authorities, where the applicant or tenderer has obtained confidential information which may have resulted in wrongful advantages in relation to the procurement procedure, or where the applicant or tenderer by gross negligence has provided misleading information which may have material influence on decisions on exclusion, assessment of the minimum requirements for suitability, selection or award of contract.
Conflict of interest due to its participation in the procurement procedure : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that a conflict of interest, cf. section 24, no. 18 of the Danish Public Procurement Act, in relation to the procurement procedure referred to, which cannot be effectively removed by less radical means.
Direct or indirect involvement in the preparation of this procurement procedure : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove a distortion of competition as discussed in section 39 of the Danish Public Procurement Act as a result of the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure referred to, which cannot be removed by less radical means.
Early termination, damages, or other comparable sanctions : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the contracting authorities can prove that the applicant or tenderer has committed previous material breach of a public contract, a utility contract or a public works concession, and such breach has resulted in cancellation of the contract referred to or a similar sanction.
Breaching of obligations set under purely national exclusion grounds : The contracting authorities shall exclude an applicant or tenderer from participation in a procurement procedure if the applicant or tenderer is established in a country that is listed on the EU list of non-cooperative tax jurisdictions and has not exceeded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open its public procurement market to tenderers established in that country.
Breaching obligation relating to payment of social security contributions : The contracting authorities shall exclude an applicant or tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the applicant or tenderer is established. An applicant or tenderer will be excluded from participation in a procurement procedure if the applicant or tenderer has unpaid overdue debt of less than DKK 100,000 to public authorities in relation to social security contributions under Danish law or under the law of the country in which the applicant or tenderer is established.
Breaching obligation relating to payment of taxes : The contracting authorities shall exclude an applicant or tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to tax and duties under Danish law or under the law of the country in which the applicant or tenderer is established. An applicant or tenderer will be excluded from participation in a procurement procedure if the applicant or tenderer has unpaid overdue debt of less than DKK 100,000 to public authorities in relation to tax and duties under Danish law or under the law of the country in which the applicant or tenderer is established.
Business activities are suspended : An applicant or tenderer shall be excluded from participation in a procurement procedure where the commercial activities of the applicant or tenderer has been discontinued.
Bankruptcy : An applicant or tenderer shall be excluded from participation in a procurement procedure if the applicant or tenderer has been declared bankrupt.
Arrangement with creditors : An applicant or tenderer shall be excluded from participation in a procurement procedure if the applicant or tenderer has entered an arrangement with creditors.
Insolvency : An applicant or tenderer shall be excluded from participation in a procurement procedure if the applicant or tenderer is undergoing insolvency or winding-up proceedings.
Assets being administered by liquidator : An applicant or tenderer shall be excluded from participation in a procurement procedure where the assets of the applicant or tenderer is being administered by a receiver or by court.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : An applicant or tenderer shall be excluded from participation in a procurement procedure if the applicant or tenderer is in a similar situation (such as bankruptcy, insolvency or liquidation proceedings, assets being administered by a trustee or the court, arrangement with creditors, or where the commercial activities of the applicant or tenderer has been discontinued) under a similar procedure under national law in the jurisdiction in which the applicant or tenderer is registered.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport
Description : The procurement comprises a Contract for the establishment, operation, maintenance, and support of a Planning System as a Service for public transport (the Contract). The contracting authorities consist of Nordjyllands Trafikselskab, Midttrafik, Sydtrafik, Fynbus and BAT – Din bus på Bornholm. The five public transport authorities consist of the contracting authorities. The purpose of this project is to implement a new common Planning System that can ensure timely and efficient development, planning and administration of public transport. It is expected that the future solution can handle the relevant functions regarding bus, train, and light rail traffic in terms of IT. This scope of the services concerns the implementation, maintenance, and further development of an IT system for planning public transport in Danish Public Transport Authorities (PTA). The PTAs are not the same in size, and therefore the workload in connection with installation, onboarding, training, etc. will vary per PTA. The number of operating buses for a month varies from approximately 40 to approximately 800 for a PTA, including the number of hours per bus for a month ranging from 1900 hours to 2200 hours. The procured Contract contains elements of a framework agreement, as the Contact obliges the supplier to deliver the above-mentioned Planning System as well as it enables the contracting authorities to purchase the ad hoc services outlined in the Contract at an agreed hourly rate for ad hoc assistance during the term of the Contract. The Contract is expected to enter into force in February 2026. Please refer to the tender documents for further information.
Internal identifier : Nordjyllands Trafikselskab

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72310000 Data-processing services

5.1.2 Place of performance

Anywhere
Additional information : At the Supplier

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 5 360 000 Euro

5.1.6 General information

This is a recurrent procurement
Description : The contract is expected to be re-tendered upon its expiry.
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
Additional information : The procurement is a negotiated procedure, which means that companies wishing to participate in the procurement procedure must first apply for prequalification. A total of 3 applicants will be prequalified. Applications for the prequalification must be uploaded and submitted via EU-Supply before the specified application deadline. Any questions regarding the application process must be submitted via EU-Supply. Applicants are encouraged to submit their questions no later than 2 weeks before the application deadline. All questions received by 27 August 2025 will be answered, to the extent possible, no later than 6 calendar days before the application deadline. Questions and answers, as well as any amendments, will be published continuously in the EU-Supply. The deadline for the submission of tenders is specified in the tender documents. Grounds for exclusion, selection criteria, and minimum requirements for suitability of applicants are set out in the contract notice. Applicants are strongly advised to read this thoroughly. Only applicants who are prequalified will be invited to participate in the negotiation and tendering phase. Requests for prequalification must be submitted by completing the ESPD (European Single Procurement Document), in which the applicant must declare: Whether the applicant is subject to the compulsory grounds for exclusion under sections 135–136 of the Danish Public Procurement Act and the voluntary grounds under section 137(1)(1–6) and: - The specified information regarding economic and financial standing, and - The specified information regarding technical and professional ability. An applicant will be excluded from participation in the procurement procedure if the above-mentioned exclusion grounds apply, unless the Public Procurement Act allows the contracting authorities to refrain from exclusion (see, for example, section 138 of the Act). Each ESPD must be signed by the issuer (unless the issuer’s identity is electronically authenticated through EU-Supply). The EU has introduced a prohibition regarding the participation in European public procurements by companies with Russian involvement, pursuant to Article 5k of Council Regulation (EU) No. 833/2014 of 31 July 2014 on restrictive measures in view of Russia’s actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No. 2022/578 of 8 April 2022. Prequalified tenderers must submit a solemn declaration together with the initial tender, stating that neither the entity nor the tender involve any Russian participation exceeding the limits set out in the regulation. In case of a group of tenderers, including temporary associations (consortium), participating jointly in the procurement procedure, each entity shall submit a solemn declaration. The tender documents contains a template, which may be used for this purpose. If the solemn declaration is not submitted along with the tender, the contracting authorities shall be entitled to permit a subsequent submission within a short time limit, as well as provide supplements or clarifications to submitted documentation. Failure to submit the requested documentation may result in exclusion from the procurement procedure. See the tender conditions for further details. Regarding the duration of the contract, it is additionally stated that the contract does not have a fixed expiry date. The contracting authorities may terminate the contract, in whole or in part, with 6 months' written notice to the end of a calendar month, but not earlier than 24 months after the contract enters into force. The supplier may terminate the contract, in whole or in part, with 18 months' written notice to the end of a calendar month, but not earlier than 78 months after the contract enters into force. The contract does not contain provisions for a fixed expiry date; however, for the purposes of the tender evaluation and value estimation, a term of 10 years has been assumed. Successive reduction The procedure will not take place in successive stages and participants may not be eliminated during each stage.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : EQUITY The applicant must submit an ESPD, in which the applicant must declare their equity in the latest available financial year (depending on when the applicant was established or started their business). The applicant must confirm the economic standing in the ESPD part IV.B with information from the latest annual report. In the case of a group of applicants (consortium), each participant in the group must submit a separate ESPD that includes the above-mentioned declarations. If the applicant relies on the economic and financial standing of other entities (e.g., entities within the same group, including parent, sister, or subsidiary companies), each of these entities must submit a separate ESPD, including a corresponding statement of support regarding the economic and financial standing that the entity provides to the applicant (and not other economic and financial standing). The statement of support is included in the tender documents. … MINIMUM REQUIREMENT: It is a minimum requirement that the applicant, in the latest available financial year (depending on when the applicant was established or started their business), has had an equity of at least 270,000.00 EUR. … If the applicant relies on the economic capacity of other companies, or if several companies participate jointly in the procurement procedure as a consortium, the fulfillment of minimum requirements will be assessed based on the combined economic capacity of the companies. Equity is calculated as the total equity of the companies in the most recent available financial year, i.e., the companies' equity is combined. Each of these entities must also assume joint liability for the execution of the contract, cf. the Danish Procurement Act section 144(6). The applicant must, upon request, be able to document the fulfillment of minimum requirements by submitting approved annual reports or an auditor’s statement containing the figures for equity and total assets referenced in the ESPD. An applicant that is listed on an official list of approved economic operators in the EU member state, where the tenderer is established, can – provided that listing certifies there are no grounds for exclusion – instead present the contracting authorities with a certificate of listing issued by the competent authority, cf. the Danish Procurement Act section 152(4). The applicant may also document compliance by any other document deemed appropriate by the contracting authorities, if the tenderer for a valid reason is unable to submit the above documents.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : TOTAL ASSETS The applicant must submit an ESPD, in which the applicant must declare their total assets in the latest available financial year (depending on when the applicant was established or started their business). The applicant must confirm the economic standing in the ESPD part IV.B with information from the latest annual report. In the case of a group of applicants (consortium), each participant in the group must submit a separate ESPD that includes the above-mentioned declarations. If the applicant relies on the economic and financial standing of other entities (e.g., entities within the same group, including parent, sister, or subsidiary companies), each of these entities must submit a separate ESPD, including a corresponding statement of support regarding the economic and financial standing that the entity provides to the applicant (and not other economic and financial standing). The statement of support is included in the tender documents. … MINIMUM REQUIREMENT: It is a minimum requirement that the applicant, in the latest available financial year (depending on when the applicant was established or started their business), has had an equity ratio of at least 15 %. The equity ratio is calculated as a percentage by dividing equity by total assets. … If the applicant relies on the economic capacity of other companies, or if several companies participate jointly in the procurement procedure as a consortium, the fulfillment of minimum requirements will be assessed based on the combined economic capacity of the companies. The equity ratio is calculated as the total equity of the companies for the latest available financial year, divided by the total assets of the companies for the financial year, expressed as a percentage. Each of these entities must also assume joint liability for the execution of the contract, cf. the Danish Procurement Act section 144(6). The applicant must, upon request, be able to document the fulfillment of minimum requirements by submitting approved annual reports or an auditor’s statement containing the figures for equity and total assets referenced in the ESPD. An applicant that is listed on an official list of approved economic operators in the EU member state, where the tenderer is established, can – provided that listing certifies there are no grounds for exclusion – instead present the contracting authorities with a certificate of listing issued by the competent authority, cf. the Danish Procurement Act section 152(4). The applicant may also document compliance by any other document deemed appropriate by the contracting authorities, if the tenderer for a valid reason is unable to submit the above documents.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : The applicant must submit an ESPD, in which the applicant must provide a list of the most significant comparable service deliveries performed in the last (3) three years, specifying the amounts, dates, and recipients. The technical and professional ability will be assessed based on references which is completed in ESPD part IV.C. In case of an association of applicants (consortium), each participant in the consortium shall submit a separate ESPD, including a consortium declaration, which is included in the tender documents. If the applicant relies on the technical and professional ability of other entities (e.g., entities within the same group, including parent, sister, or subsidiary companies), each of these entities must submit a separate ESPD, including a corresponding statement of support regarding the technical and professional ability that the entity provides to the applicant (and not other technical and professional ability). The statement of support is included in the tender documents. The applicant is, as part of the application, allowed to submit up to three (3) most comparable and relevant references undertaken in the past three years. By "undertaken in the past three years” implies that the reference must not have been completed/terminated prior to the date reached when counting three years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the application. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators the maximum number of references to be submitted must still be respected and cannot exceed three (3) when combined. If more than three (3) references are attached, the contracting authorities will only consider the first three references. The references should include the following information: • Customer name of the system, including information about the type of business. • A description of the delivered system • Usage of the system (e.g., number of users, coverage area, etc.) • Whether there has been further development of the system • Indication of when the system was delivered and whether the system is still in operation • Contract value (if possible) • Date of initiation and completion/termination of the contract (day, month, year) The references should document the applicant's most relevant deliveries in relation to the system tendered by the contracting authorities. … The applicant must fulfill the following minimum requirement for a technical and professional ability, cf. section 143 in the Danish Public Procurement Act. MINIMUM REQUIREMENT: • It is a minimum requirement that the applicant can present at least one (1) reference that covers delivery of a planning system with route-based traffic (creating trip compositions that cover planning from one stop to another, which generates a route). ... SELECTION OF APPLICANTS If more than three (3) applicants fulfill the minimum requirements, the contracting authorities will prequalify the three (3) applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the applicants will be based on the applicant’s references. The assessment of the references will be based on to which extent the references demonstrate relevant experience with deliveries comparable to the tendered planning system regarding solution, complexity, scope and purpose, especially concerning: • The extent to which the reference includes deliveries that can be compared with the tendered planning system (e.g interfaces and integrations to external systems), including: • The number of operating buses/vehicles is as close to the tendered amount, with operating buses/vehicles up to 800 per month for a Public Transport Authority (PTA) or equivalent. • The number of hours per bus/vehicle is as close to the tendered scope, with hours per bus/vehicle up to 2200 per month for a Public Transport Authority (PTA) or equivalent. • The system is implemented and in operation at the customer's site (i.e., not just pilot or development project). The reference list included in the ESPD, serving as the final documentation of the applicant's references.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : System Quality
Description : The Sub-criteria are specified in the Tender Conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Method and Process
Description : The Sub-criteria are specified in the Tender Conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Maintenance and Service Level Goals
Description : The Sub-criteria are specified in the Tender Conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contractual Terms
Description : The Sub-criteria are specified in the Tender Conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Price
Name : Price
Description : The Sub-criteria are specified in the Tender Conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

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 : 05/09/2025 10:00 +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 contract contains special conditions for its performance in the form of clauses. Further details are provided in the tender documents.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Legal form that must be taken by a group of tenderers that is awarded a contract : If the contract is awarded to a group of economic operators, including temporary associations (consortium), participating jointly in the procurement procedure, the participants shall assume joint and several liability for the performance of the contract and shall appoint a common authorised representative from among the jointly and severally liable participants.
Financial arrangement : The financial terms are set out in the tender documentation.

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 : Complaints must be submitted within the deadlines set out in the Danish Act on the Complaints Board for Public Procurement. The current time limits relevant to this procurement are as follows: A company’s complaint regarding not having been prequalified must be submitted to the Complaints Board for Public Procurement no later than 20 calendar days from the day after the date on which the contracting authorities have sent notification to the affected applicants regarding the outcome of the prequalification process, cf. section 7(1) of the Act. All other complaints must be submitted to the Complaints Board for Public Procurement no later than 45 calendar days from the day after the date on which the contracting authorities have published a contract award notice in the Official Journal of the European Union, cf. section 7(2)(1) of the Act. No later than at the time of submission of a complaint to the Danish Complaints Board for Public Procurement, the complainant shall inform the contracting authorities in writing that a complaint is submitted to the Danish Complaints Board for Public Procurement and whether the complaint was submitted during the standstill period. In cases where the complaint was not submitted during the periods stated, the complainant shall also state if a stay of proceeding is claimed.
Organisation providing additional information about the procurement procedure : Nordjyllands Trafikselskab
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Nordjyllands Trafikselskab
Organisation processing tenders : Nordjyllands Trafikselskab

8. Organisations

8.1 ORG-0001

Official name : Sydtrafik
Registration number : 29942897
Postal address : Banegårdspladsen 5
Town : Vejen
Postcode : 6600
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Kajsa Handberg
Telephone : +45 51612193
Roles of this organisation :
Buyer

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) : Københavns omegn ( DK012 )
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 : Nordjyllands Trafikselskab
Registration number : 30015940
Postal address : John F. Kennedys Plads 1T, 3
Town : Aalborg
Postcode : 9000
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Contact point : Kajsa Handberg
Telephone : +45 51612193
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0005

Official name : FynBus
Registration number : 29979944
Postal address : Tolderlundsvej 9
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Contact point : Kajsa Handberg
Telephone : +45 51612193
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Midttrafik
Registration number : 29943176
Postal address : Søren Nymarks Vej 3
Town : Højbjerg
Postcode : 8270
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Kajsa Handberg
Telephone : +45 51612193
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : BAT - Din bus på Bornholm
Registration number : 26696348
Postal address : Munch Petersens Vej 2
Town : Rønne
Postcode : 3700
Country subdivision (NUTS) : Bornholm ( DK014 )
Country : Denmark
Contact point : Kajsa Handberg
Telephone : +45 51612193
Roles of this organisation :
Buyer

8.1 ORG-0008

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 : be55c4a7-c9e9-4426-ae8a-79f30563f4e3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/08/2025 08:46 +00:00
Notice dispatch date (eSender) : 05/08/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00515681-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025