23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 117-288387
Offentliggjort
20.06.2019
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
26.07.2019 Kl. 13:00

Addresse
www.byggeprojekt.dk

Udbyder

Metroselskabet I/S

Opdateringer

Rettelse
(15.07.2019)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 26-07-2019
Time: 13:00
Read:
Date: 02-08-2019
Time: 13:00

New Signalling System Analysis


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
Copenhagen
2300
Denmark
Contact person: Peter Lerche Andreasen
Telephone: +45 72424665
E-mail: plan@m.dk
NUTS code: DK01

Internet address(es):

Main address: 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/1502-New_Signalling_System_Analysis_
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.byggeprojekt.dk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.byggeprojekt.dk
I.6) Main activity
Urban railway, tramway, trolleybus or bus services

Section II: Object

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

 

New Signalling System Analysis

 

II.1.2) Main CPV code
71620000
II.1.3) Type of contract
Services
II.1.4) Short description:

 

The Copenhagen Metro M1/M2 has been in operation for nearly 15 years. It is running with high Service Availability (SA) and with a customer satisfaction which exceeds other public transportation companies, both domestic and foreign and is in line with the best transportation systems in the world.

The demand for public transportation is changing in Copenhagen and the existing metro system is growing older. Metroselskabet is therefore facing new challenges of maintenance and renovation of the assets in the Copenhagen Metro M1/M2 in order to ensure a continuously high level of SA and customer satisfaction.This project analysing a new signalling system is anchored in Metroselskabet’s Investment Programme lead by Programme Manager Britt Skovdal Rasmussen. Project Manager is Matias Sevel Rasmussen. The Investment Programme is controlled by a steering committee where the CEO of Metroselskabet is chairman.

 

II.1.5) Estimated total value
Value excluding VAT: 7 000 000.00 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)
63711100
II.2.3) Place of performance
NUTS code: DK01
Main site or place of performance:

 

Services is taking place at the Metroselskabets adresse, Onsite and at the Consultants home adresse.

 

II.2.4) Description of the procurement:

 

Metroselskabet is carrying out an analysis to support the decision of when and how to re-signal lines M1/M2. The purpose of the analysis is to identify a strategy that provides the optimal outcome for a replacement signalling system. The system will provide a like for like replacement of the existing distance-to-go track circuit-based system, exploit the capabilities of the newest technology available but adapted to the characteristics of the M1/M2 Metro. The analysis will allow Metroselskabet to make an informed choice on how and when to proceed with the procurement process and ensure that the scope, budget and time plan are secure for the project.The scope of the analysis will cover all aspects of bringing a new signalling system into operation, including design, installation, stage works, cutting over strategy, safety approval, testing and commissioning. The analysis will also cover a survey of the currently offered products on the market that are relevant to this analysis in question. All aspects of commissioning a signalling system in a brownfield environment will be considered along with a consideration of the special characteristics of the M1/M2 in terms both of the technical installations and accommodation but also in terms of the operational environment that the installation and commissioning activities will need to be carried out under. Finally, the configuration management process that places a heavy burden on the contracting entity to deliver the necessary documentation to allow the installation and commissioning to proceed shall be considered.

 

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: 7 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: 5
Objective criteria for choosing the limited number of candidates:

 

5 tenderers are selected to participate in the tender, among applicants who meets the minimum requirements. If there are more than 5 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.

The required references in prioritized order:

References covering activities ‘Migrations’ are evaluated higher than activities in other areas.

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.

References where both analysis and implementation are part of the reference is better than references where this is not the case

References where resignalling was the central subject of the reference is better than references where resignalling was part of the subject is better than reference where resignalling was not part of the subject.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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 the last available, completed and audited financial year.

It should be noted that the applicant may apply for selection 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 each company in the consortium or company/s the Tenderer is relying on to meet the economic and financial capacity will have to meet the minimum requirements together. Therefore, a participant in an association is asked to state his/her own equity for 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 selected.

 

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.

An 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, starting with the ESPD from the Applicant company followed by the references from the 1. listed subcontractor, followed by the 2. listed subcontractor and so on.

 

Minimum level(s) of standards possibly required:

 

Minimum one reference on deliveries of similar services as described in Section II.2.4.

 

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:

 

Please refer to Tender Conditions, Appendix C Consortium declaration.

 

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

 

Metroselskabets code of conduct will be part of the contract.

 

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: 26/07/2019
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/08/2019
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
Duration in months: 3 (from the date stated for receipt of 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 register via the link in point I.3 and be assigned a username and password. 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 submitted no later than 10 days before the application deadline will be answered. Questions submitted no later than 6 days before the application deadline will be answered if 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 less than 6 days before the deadline will not be answered.

Applicant, including 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
Klagenævnet 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:
18/06/2019

Send til en kollega

0.047