23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 229-416837
Offentliggjort
26.11.2015
Udbudstype
Offentligt udbud

Udbyder

Øresundsbro Konsortiet

Vindere

Kapsch TrafficCom AB

(25.02.2016)
Kapsch TrafficCom AB
Box 1063
551 11 Jönköping

Classification and identification system for toll road including operation and maintenance 2.


Øresundsbro Konsortiet

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Øresundsbro Konsortiet
Vester Søgade 10
For the attention of: Martin Reinholtz
1601 Copenhagen
DENMARK
E-mail: mre@oresundsbron.com

Further information can be obtained from: TendSign
DENMARK
Internet address: https://tendsign.com/doc.aspx?ID=90776

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: TendSign
DENMARK
Internet address: https://tendsign.com/doc.aspx?ID=90776&Goto=Docs

Tenders or requests to participate must be sent to: TendSign
DENMARK
Internet address: https://tendsign.com/doc.aspx?ID=90776&Goto=Tender

I.2) Type of the contracting authority
Regional or local agency/office
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Classification and identification system for toll road including operation and maintenance 2.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Hovedstaden.

NUTS code DK01

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
Invitation to tender (in Part 1 also referred to as the Material).
The Øresundsbro Consortium hereby publishes an invitation to submit a tender for Classification and identification system for toll road including operation and maintenance 2.
Brief description of scope.
A system that classifies and identifies vehicles, and retrieves payment. Toll station system, including facility/systems for length classification, identification of OBE and vehicle registration numbers, validation of payment means with the buyers Point of Sale (POS) / Enterprice Resource Planning (ERP) system and control of equipment and traffic flows in the toll station. The Delivery is a functionality undertaking of a fully-functional facility part that controls and coordinates flows and processes in the toll station and its subsequent operation, maintenance and development. The performance is planned and executed while the Buyers operation is fully operational.
What is being sought.
The Buyer is seeking a party to solve the Buyers needs in the specified area, which encompasses a sizeable object and extensive content. The Buyer is calling for a partnership to solve the Buyers needs in vehicle classification and identification system for toll roads, which spans a large variety of technologies and a long time period.
Sellers liability in brief.
The Agreement means that the Seller is liable for its own performance as well as those of its Subcontractors and personnel. It is important to note that the Sellers liability is divided into 2 categories:
— liability for losses to the Buyer and third parties;
— liability for deviations pertaining to the Agreements fulfilment (including delivery delays and defects in the Product).
The Seller is only liable for the financial risk of losses up to a certain amount (see section General — Liability for damage — Insurance), after which the Buyer will cover the costs of the financial loss. The amount limit does not apply to cases where the Seller has acted with intent or gross negligence.
The obligation to compensate indirect losses only applies in cases where the Seller has acted with intent or gross negligence.
Liability for deviations pertaining to the fulfilment of the Agreement.
In the event of deviations pertaining to the fulfilment of the Agreement (see section General — Deviations pertaining to the fulfilment of the Agreement), the Seller is liable for the financial risk.
For liability claims, the Sellers liability always liable for direct losses. The liability for indirect losses exists when the Sellers loss is attributable to the fulfilment of the Agreement and/or if the loss is the result of intent or gross negligence on the part of the Seller.
Procurement regulations.
The procurement in question is a procurement i Denmark that is subject to the Danish procurement regulations bkg. nr. 712 оf 15.6.2011 Notice of procedures for the award of public works contracts , public supply contracts and public works contracts.
The procurement procedure implemented in this procurement is:
Open procurement.
Open procurement is a procurement procedure where all potential sellers of the requested Product submit tenders. This form of procurement does not allow negotiation, which is why it is imperative that all requirements, terms and conditions related to the tender request documentation are observed and the best terms submitted in the tender.
Expiry of tender period and submission of tenders.
Tenders are submitted electronically via the via Procurement tool. The Buyer does not evaluate tenders that arrive after the tendering period has expired or which are not submitted in the Procurement tool.
The closing date for tenders is 14.1.2016.
Tenders period of validity.
The validity period may be extended if agreed by the Buyer and the tenderers.
Tenders are valid up to and including 15.5.2016.
Scope of tender.
Tender can be submitted only for everything that is requested:
— Number of sellers;
Number of Sellers to the Agreement: one (1);
— Alternative tenders;
Alternative tenders are tenders that entail a completely different solution or concept than the one specified in the tender request documentation.
The Buyer does not accept alternative tenders.
— Tender language;
Tenders are submitted in English, Swedish or Danish in a combination of these languages.
— Evaluation of tenders — Economically most advantageous.
When evaluating the tenders, the tender which is the most economically advantageous will be accepted. When assessing which tender is the most advantageous, account will be taken of the various questions that are linked to the object for the Agreement (see Weighting report). Economically most advantageous therefore does not refer to the lowest price where the price is the only criteria being evaluated.
The weighting criteria for each part and also between the parts are stated in the appended weighting reports.
The evaluation areas for valuation are:
— 35 Price;
— 25 Operation — Call off 2;
— 25 Product — Call off 1;
— 15 Delivery — Call off 1.
Financial and economic status.
The company is assumed to have the financial strength, technical ability and experience required for the assignment.
The Buyer uses a credit information supplier (SVEA Ekonomi) to establish that the Company has solid, stable finances or other information that confirms the Companys economic and financial status.
The Company is assumed to have the minimum ranking of:
— Risk class 3 — Swedish companies — no non-payment proceedings, payment defaults or debts with the Swedish Enforcement Authority.
— Rating 50-100 — Danish companies — no payment defaults.
If the company has a lower risk class/rating than the above-mentioned, the Buyer will perform an individual assessment of the Companys credit rating based on established requirements and submitted details. This could apply to new start-ups which lack historical data but have the status that assures the Buyer that the assignment can be fulfilled.
The company may be excluded from the process if it is not deemed to have a good economic and financial status. The same qualifying requirements are also implemented for companies that are domiciled outside Sweden or Denmark. If the information cannot be obtained via the Buyers credit information provider, the Buyer will request equivalent certificates from the company.
Start of Agreement:
The Agreement enters into force on 9.2.2016.
End of Agreement:
The Agreement is valid until 31.1.2026.
II.1.6) Common procurement vocabulary (CPV)

34927000, 63712311

II.1.7) Information about Government Procurement Agreement (GPA)
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
II.2.3) Information about renewals
II.3) Duration of the contract or time limit for completion
Starting 9.2.2016. Completion 31.1.2026

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2) Economic and financial ability
III.2.3) Technical capacity
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
6.1/316-41368
IV.3.2) Previous publication(s) concerning the same contract
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
14.1.2016
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. English. Swedish.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
until: 15.5.2016
IV.3.8) Conditions for opening of tenders
Date: 15.1.2016 - 0:00

Section VI: Complementary information

VI.1) Information about recurrence
VI.2) Information about European Union funds
VI.3) Additional information
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
VI.4.2) Lodging of appeals
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
23.11.2015

Send til en kollega

0.047