Fakta om udbudet
Bestilling af materiale
Udbyder
Trafikselskabet Movia
Vindere
Tilbudsfase: TMS (Transport Management System) and VTS (Vehicle Tracking System)
(12.07.2023)
FARA AS
Falkenborgvegen 36A
7044 TRONDHEIM
Opdateringer
II.2.4
instead of:
The scope of the contract is delivery of a standard system for Transport Management and Vehicle Tracking System., maintenance and operation of a passenger counting system.
Requirements to the performance of of the standard system for Transport Management and Vehicle Tracking System the passenger counting system and to the maintenance and operation are described in detail in the Requirements specification, and the Contracting Authority’s contract terms appear in the draft contract.
Read:
The Transport Management System and Vehicle Tracking System act as an integration platform. The platform receives timetables, stops, vehicle states and progress reports, deviations, and other objects from various sources in formats according to relevant standards. It exposes consolidated data for consumers such as operators, signage systems, on-board equipment, and journey planner services.
Requirements to the performance of the Transport Management and Vehicle Tracking System are described in detail in the Requirements specification.
TMS (Transport Management System) and VTS (Vehicle Tracking System)
Trafikselskabet Movia
Contract notice – utilities
Services
Section I: Contracting entity
National registration number: 29896569
Postal address: GL. Køge Landevej 3
Town: Valby
NUTS code: DK02 Sjælland
Postal code: 2500
Country: Denmark
Contact person: Andreas Knop
E-mail: ank@moviatrafik.dk
Telephone: +45 41888004
Internet address(es):
Main address: https://permalink.mercell.com/188662329.aspx
Address of the buyer profile: http://www.moviatrafik.dk/omos/Pages/Omos.aspx
Section II: Object
TMS (Transport Management System) and VTS (Vehicle Tracking System)
This Contract concerns the acquisition, delivery, operation, maintenance and support of a standard Transport Management System (TMS) and Vehicle Tracking System (VTS).
Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/188662329.aspx
The scope of the contract is delivery of a standard system for Transport Management and Vehicle Tracking System., maintenance and operation of a passenger counting system.
Requirements to the performance of of the standard system for Transport Management and Vehicle Tracking System the passenger counting system and to the maintenance and operation are described in detail in the Requirements specification, and the Contracting Authority's contract terms appear in the draft contract.
2x24 months
If more than four 4 compliant applications are received and apply for pre-qualification, the Contracting Authority will select the four 4 applicants who can document the best and highest degree of experience with delivery of services of the same nature and scope as specified for this call for tenders as documented by the enclosed references.
The assessment of the highest degree of experience will be based on.
The number of vehicles concerning the delivery, maintenance, and operation of a TMS/VTS system for the given references cf. section 8.2.2 in the tender conditions.
The number of references where NeTEx and SIRI has been used.
The number of SaaS or cloud-based deliveries
The degree on which the reference customers operational organisation is comparable to Movia's
The Contracting Authority holds the option to further extend the Contract for a period of 2 times 24 months.
Section III: Legal, economic, financial and technical information
Revenue: DKK 100,000,000 per year on average according to annual reports for the past three (3) years
Solvency degree: 15 % per year according to the annual report for the past three (3) years, expressed as the total amount of equity over the total amount of assets
For consortiums, the minimum requirements must be fulfilled by the members of the consortium altogether. For applicants relying on the financial standing of other entities, the minimum requirements must be fulfilled by the applicant and the supporting entity altogether.
If an applicant is relying on the financial standing and/or the technical and professional ability of other entities, the application must include a separate European Single Procurement Document (ESPD) for each supporting entity. The European Single Procurement Document (ESPD) must be signed by the supporting entity. In addition, a signed statement of support must be enclosed with the application. A template for such statement is attached as Appendix A.
If a group of economic entities (e.g. a consortium) participate jointly in the procurement procedure, a separate European Single Procurement Document (ESPD) must be submitted for each of the participating economic entities. In addition, a signed statement of joint and severable liability must be enclosed with the application. A template for such statement is attached as Appendix B.
As a minimum requirement, the applicant must include in the European Single Procurement Document (ESPD) as a minimum three (3) references concerning the delivery of a TMS/VTS system for busses or other vehicles for public transport. The references must include the applicants most significant and comparable work in progress or work completed, cf. the definition of significant and comparable work in the section below.
The references must concern work in progress or work completed within the past five (5) years. Work in progress is defined as SaaS or software installation of a TMS/VTS system for busses or other vehicles concerning public transport that has been completed and acceptance test has been approved by the customer. Work completed is defined as final delivery of the TMS/VTS system for busses or other vehicles concerning public transportation has been completed.
By significant and comparable work, the Contracting Authority understands the following:
Experience with
1. operation and maintenance
2. delivery, installation and transition
3. development and further development
of Transport Management Systems and VTS for buses or other vehicles, preferably with a high number of vehicles relating to public transport.
Each reference must as a minimum contain one (1) of the requirements (1-3) mentioned in the above.
If the applicant is a consortium, the consortium must include no more than five (5) references altogether. For applicants or tenderers relying on the technical standing of other entities, the applicant and the supporting entity must include no more than five (5) references altogether. If more than five (5) references is/are included, the assessment of the applicant is based on the first five (5) references listed in the European Single Procurement Document (ESPD).
Section IV: Procedure
Section VI: Complementary information
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799
Internet address: http://www.naevneneshus.dk
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Fax: +45 41715100
Internet address: http://www.kfst.dk