23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 087-237858
Offentliggjort
04.05.2022
Udbudstype
Udbud efter forhandling

Udbyder

Metroselskabet I/S

Vindere

Digital Asset Management - Asset Investment planning tool

(13.01.2023)
Copperleaf Technologies Inc.
Vancouver

Digital Asset Management - Asset Investment planning tool


Metroselskabet I/S

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Metroselskabet I/S
National registration number: 30823699
Town: København S
NUTS code: DK011 Byen København
Postal code: 2300
Country: Denmark
Contact person: Peter Lerche Andreasen
E-mail: plan@m.dk
Telephone: +45 72424665
Internet address(es):
Main address: www.m.dk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://app.byggeprojekt.dk/public/1840-Digital_Asset_Management_-_Asset_Investment_Planning_tool
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.byggeprojekt.dk
I.6) Main activity
Railway services

Section II: Object

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

Digital Asset Management - Asset Investment planning tool

II.1.2) Main CPV code
48612000 Database-management system
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Copenhagen Metro has relatively young assets and has until now not had a need for major reinvestments. As the assets mature, the need for a reinvestment strategy to support the reinvestment plans becomes stronger. Therefore, Copenhagen Metro would like to invest in an Asset Investment Planning tool that is built on a solid foundation, utilizing knowledge and best practice from peers regarding reinvestment levels. A basis for the tool should be maintaining current performance, thus at the same time neither under nor overinvesting. Furthermore, the tool should be able to use the company’s KPI’s (Service availability, Customer satisfaction, Safety, Capacity and Climate Footprint) actively in the investment planning and quickly build different scenarios accordingly. The tool will be able to assist in balancing reinvestment decisions with the maintenance strategy and decisions.

II.1.5) Estimated total value
Value excluding VAT: 870 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72200000 Software programming and consultancy services
II.2.3) Place of performance
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

Copenhagen Metro has relatively young assets and has until now not had a need for major reinvestments. As the assets mature, the need for a reinvestment strategy to support the reinvestment plans becomes stronger. Therefore, Copenhagen Metro would like to invest in an Asset Investment Planning tool that is built on a solid foundation, utilizing knowledge and best practice from peers regarding reinvestment levels. A basis for the tool should be maintaining current performance, thus at the same time neither under nor overinvesting. Furthermore, the tool should be able to use the company’s KPI’s (Service availability, Customer satisfaction, Safety, Capacity and Climate Footprint) actively in the investment planning and quickly build different scenarios accordingly. The tool will be able to assist in balancing reinvestment decisions with the maintenance strategy and decisions.

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: 870 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 04/10/2022
End: 03/10/2027
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:

The Employer will prequalify 5 applicants who can fulfil the minimum requirements in III.1.2 and III.1.3 and who are not affected by the grounds of exclusion in §§ 135, 136 or 137, no. 1 or 2.

If more than 5 applicants can fulfill these requirements the Employer will choose the five applicants with the most similar references as described in III.1.3.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.1.2) Economic and financial standing
List and brief description of selection criteria:

The applicant must fill in the information from the last Published Account on the applicant's equity and turnover.

The information on the applicant's economic and financial standing must be declared in the ESPD-document.

if the applicant is a consortium or the applicant's fulfillment of the below - mentioned minimum requirements is based on the financial capacity of a third party, the fulfillment will be evaluated jointly.

Minimum level(s) of standards possibly required:

The applicant must have positive equity in the last Published Account.

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

For the applicant to be qualified for the tender the applicant must demonstrate experience with similar Digital Asset Management projects, similar in terms of scope, complexity and conditions.

The application must be accompanied by references for comparable assignments to the one put out to tender.

Each reference may contain a description of the nature of each project, the client, a contact person if available, the physical and financial size of the project, the work performed by the applicant and the timeframe in which the project was carried out.

Comparable reference projects may include the following key features:

a) experience and competencies in Digital Asset Management systems.

b) identified customer examples, preferably with reference customers.

c) experience with configuration, implementation and education of system.

The numbers of references is limited to max 5 and each reference is limited to 3 A4 excluding tables and pictures.

The reference can maximum be 8 years old, and the references do not have to be on finished projects.

Minimum level(s) of standards possibly required:

For the applicant to be qualified for the tender the applicant must be able to present at least 2 similar references.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/05/2022
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 03/06/2022
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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The applicant will have to apply using the ESPD-document.

In the ESPD-document the applicant must declare whether the applicant is affected by the grounds of exclusion in §§ 135, 136 or 137, no. 1 or 2 of the Danish Public Procurement Act as well as the applicant must fill in information on economic and financial standing and technical and professional ability.

The European Single Procurement Document (ESPD) is a self-declaration of the businesses' financial status, abilities and suitability for a public procurement procedure. It is available in all EU languages and used as a preliminary evidence of fulfilment of the conditions required in public procurement procedures across the EU.

If the applicant is a consortium each member of the consortium must fill in an individual ESPD-document. If the applicant is based on the financial and/or technical capacity of a third party, such third party must fill in and sign an individual ESPD-document.

The client may at any time during the tendering procedure request that the applicant presents documentation to prove that there is no basis for exclusion from the process as set out in section 135(1) or (3) or section 137(1) para 1 or 2 of the Danish Public Procurement Act (see sections 10 and 11 of the Implementation Order) and to prove that the minimum compliance requirements are met, whenever this is necessary to carry out the procedure correctly. In such cases the client will fix an appropriate deadline for the tenderer's submission of the documentation.

Before the award of the contract to the Tenderer who has submitted the tender representing the BPQR Metroselskabet will ask the Tenderer to send the documentation to prove that there is no basis for exclusion from the process as set in section 135 (1) and (3) or section 137 (1) para 1 or 2 of the Danish Public Procurement Act.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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 Tenders, the following deadlines apply for the execution of tenders: - complaints about not being selected must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending notification to those affected applicants as to who has been selected, cf. § 7, para. 1, in accordance with Act no. 593 of 2.6.2016 on the Complaints Board for Tenders - other complaints about the tender must be submitted to the Complaints Board no later than 45 calendar days after the contractor has published an executive order in Official. Official Journal of the European Union stating that the contracting party has concluded a contract. The time limit is calculated from the day after the day on which the executive order is published, cf. § 7, para. 2.1, in accordance with Act no. 593 of 2.6.2016 on the Complaints Board for Tenders. At the latest at the time when a complaint is submitted to the Complaints Board for the procurement, the complainant must notify the author in writing that the complaint has been submitted to the Complaints Board for procurement and whether the complaint has been submitted during the standstill period. , cf. § 3 pieces. 1, in accordance with Act no. 593 of 2.6.2016 on the Procurement Appeals Board.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
29/04/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|