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

Fakta om udbudet

EU-nr
2019/S 104-254080
Offentliggjort
31.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

Metroselskabet I/S

Digital Asset Management


Metroselskabet I/S

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Metroselskabet I/S
30823699
Metrovej 5
København S
2300
Denmark
Contact person: Peter Lerche Andreasen
Telephone: +45 72424665
E-mail: procurement@m.dk
NUTS code: DK01

Internet address(es):

Main address: http://www.m.dk

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://app.byggeprojekt.dk/public/1501-Digital_Asset_Management_
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Digital Asset Management

II.1.2) Main CPV code
79410000
II.1.3) Type of contract
Services
II.1.4) Short description:

The Copenhagen Metro system’s maturation and growth bring greater maintenance requirements including adaptation to future maintenance and reinvestment efforts, including a digitalization. To support this, Metroselskabet, the owner of the Copenhagen Metro system, will be tendering for assistance for a digital asset management project. The project will describe process, organizational and IT technology changes related to maturation and digitalization of the asset management practice along with a detailed business case, investment plan and planning for resulting projects staring in 2020.

II.1.5) Estimated total value
Value excluding VAT: 3 600 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
60210000
72220000
72222000
72221000
72223000
72224100
79410000
79411000
79411100
79414000
II.2.3) Place of performance
NUTS code: DK01
II.2.4) Description of the procurement:

Metroselskabet, the owner of the Copenhagen Metro system, has reached a new era. The system has matured and will grow, by 2024, from its current 2 lines (M1/M2 opened in 2002) to 4 with a corresponding growth in track and equipment. This entails greater maintenance requirements with adaptation to future maintenance and reinvestment efforts, including digitalization.

Metroselskabet is tendering for assistance for the digital asset management project. The project will carry out an as is — to be gap analysis following the ISO 5500X asset management standard and define the necessary organizational and process changes for digitalisation. In addition, the project will describe detailed requirements and function specifications for the future purchase of a dedicated Asset Management IT system, detailed business case with investment plan and planning of foreseen projects for start-up from 2020.

The expected phases:

Phase 1: Planning;

Phase 2: Define model, current gap and development of detailed solutions and plans;

Phase 3: Describe the solution;

Phase 3a: Detailed system specifications and sourcing strategy;

Phase 3b: Organization, role/responsibilities;

Phase 4: Completion of final project deliverables.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 3 600 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

4 tenderers are pre-qualified. A tendere must have positive equity in the last approved accounts in order to be pre-qualified. If there are more than 4 applicants who meet this requirement, the selection will be made in such a way that the 2 best references are evaluated for all tenderers. Should several have the same evaluation result, the third best reference in the evaluation is included to determine the ranking of these. Should several again have the same evaluation result, fourth best reference is included in the evaluation to determine the ranking of these. Should several again have the same evaluation result, the fifth best reference is included in the evaluation to determine their ranking. Should several again have the same evaluation result, a draw is made among these. A referenced reference is judged better than a non-referenced reference.

The required references in prioritized order:

References covering activities in phase 2 (largely the ISO assessment) and phase 3b (which is the organizational implementation) are evaluated higher than activities in other phases.

References where the applicant has been the main supplier are evaluated higher than references where the applicant has been a sub-supplier evaluated higher than the references have only delivered smaller items.

References within similar industry are evaluated higher than those in non-similar industries.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Project 2: Additional improvements to existing Materials Management System(MMS)

Additional improvements to existing MMS in order to support Metroselskabets need for more detailed asset reporting than at present, including data to a new digital reporting solution (Project 4).

Furthermore, the current reference model for describing the M1M2 system and related assets must be changed to a global reference model that represents Metroselskabets needs and standards, including use of linear referencing and unit asset definitions.

Project 3: Datawarehouse and use of sensors for performance data.

A data warehouse solution should be implemented in order to provide Metroselskabet and the O&M provider with additional and historical data on asset performance collected from sensors and alarms from, for example, train computers, ATC, Scada, etc.

The data warehouse solution should use the same global referencing model as being implemented in the reconfigured existing MMS (Project 2). The solution shall be developed with an asynchronous interface to the key asset system such as train computers, ATC and Scada. The data shall be integrated to a new system decision-making tool.

Project 4: New AM it-system for condition data and decision-making.

A system/solution to offer detailed condition information on individual assets for key asset types should be implemented. The condition data assessments shall be integrated to a decision-making tool that makes Metroselskabet able to:

— do condition based analysis within groups of assets and across assets in order to clarify overall condition of the metro system,

— leverage predictive maintenance analysis based on condition and performance data (from data warehouse in Project 2),

— provide LCC-analysis in order to plan investments including scenario evaluations.

Project 5: New digital overview and reporting solution (asset owner cockpit).

A digital reporting solution should be implemented as an overlay on the reconfigured existing MMS, data warehouse and condition data and decision support solution. The solution shall have functionality to make:

— standard reports in order to follow-up on repair work and preventive maintenance,

— standard reports in order to follow-up on lifecycle costs, warranty, price development and supplier information,

— flexible reports as needed.

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Applicant must enclose a completed ESPD Section IV.B completed as described below.

Applicants must state in the ESPD Section IV.B the following financial ratios for the last closing financial year, cf. Section 142 of the Public Procurement Act;

— equity in each of the last available, completed and audited financial year.

It should be noted that the applicant may apply for pre-qualification as a consortium or by relying on the economic and financial capacity of other economic operators, as described in point VI.3). In this context, the key figures of the jointly-owned companies will have to meet the minimum requirements. Therefore, a participant in an association is asked to state his / her own annual turnover and equity for each of the last final and audited financial year.

Minimum level(s) of standards possibly required:

A tender must have positive equity in the last approved accounts in order to be pre-qualified.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

Applicant must enclose a completed ESPD Section IV.C completed as described below.

Applicants must state in the ESPD Section IV.C the following regarding the technical and professional capabilities, cf.

— applicant's major deliveries of similar services, as described in Section II.1.4); II.2.4).

The applicant must complete the ESPD with the date of delivery of the delivery, description of the delivery, the recipient (the customer) and the total contract value. It should be noted that in order to include a task as a reference, it is not necessary for the contract to be finally completed, but it must not have started less than 3 months before the application date.

Applicant can specify a maximum of 5 references. References in addition will not be taken into account. This also applies to consortia or other associations of companies or if the applicant bases its technical capabilities on a subcontractor. Such an association or applicant with external technical support can thus, in total, specify 5 references in total. If the applicant has enclosed more than the maximum number of references, the assessment alone places emphasis on the first 5 specified references in the ESPD.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/06/2019
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

The tender documents are available on the item in Section. I.3) listed website. The submission of the application and subsequent offer can only be made electronically via the website, which is stated in point. I.3).

Interested companies can be assigned a username and password via the tender website.

All applicants are encouraged to read through the entire tender documents before the application in the form of the ESPD is designed and submitted. Reference is made to the competition and consumer agency's guidance on completing the ESPD. If the application contains multiple editions (versions) of the same document, the most recent uploaded version will be valid.

All communication in connection with the tender procedure, including questions and answers, must be made via the electronic tender system. Questions must be submitted no later than 10 days before the application deadline. Questions will be answered if they have been received so timely that the Contracting Authority can obtain the necessary information and notify the replies no later than 6 days before the deadline for submitting the application. Questions received by recipients over 6 days before the deadline cannot be expected to be answered.

Applicant, including incl. expected subcontractors, as their application must submit an ESPD as a preliminary evidence of the matters mentioned in Section 148 (1), no. For an association of companies (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. If the applicant is based on the ability of other entities or expects to include these work completion, an ESPD must be submitted for each of the entities on which it is based.

The applicant will be excluded from participation in the tendering procedure if the applicant is covered by the mandatory exclusion grounds referred to in Sections 135 and 136 of the Public Procurement Act, unless the applicant has provided sufficient evidence that these are reliable in accordance with Section 138 of the Public Procurement Act.

If the same legal entity is part of or otherwise participates in several applications, the applicant must ensure that the participation of the same legal entity does not entail the possibility of mutually influencing the content of the various tenderers' offers.

Before the award decision, the tenderer for which the contracting entity intends to award the contract must provide evidence of the information provided in the ESPD pursuant to Section 151-152 of the Public Procurement Act.

The detailed conditions for tendering are stated in the tender documents.

The contracting authority may apply the procedure in Section 159 (5) of the Public Procurement Act., if applications or offers do not meet the formal requirements of the tender documents.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Act No 593 of 2.6.2016 on the Complaints Board for Procurement, the following time limits apply to the implementation of tenders.

— complaints about not being selected must be submitted to the Complaints Board for Invitation to Tender within 20 calendar days from the day after sending a notification to the affected applicants about who has been selected, cf. Section 7(1) of the Pursuant to Act No 593 of 2.6.2016 on the Complaints Board for Procurement,

— other complaints about the tender must be submitted to the Complaints Board within 45 calendar days after the contractor has published a notice in the Official Journal of the European Union stating that the contracting party has entered into a contract.

The deadline is calculated from the day after the day on which the notice has been published, cf. Section 7(2,1) of the Pursuant to Act No 593 of 2.6.2016 on the Complaints Board for Procurement.

Not later than the time a complaint is lodged with the complaints board for the procurement, the complainant must in writing inform the originator that the complaint is submitted to the complaints board for procurement, and whether or not the complaint has been filed during the standstill period, cf. Section 3(1) of the Pursuant to Act No 593 of 2.6.2016 on the complaints board for procurement.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
28/05/2019
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|instance-web04