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 220-634031
Offentliggjort
15.11.2022
Udbudstype
Udbud efter forhandling

Udbyder

Trafikselskabet Movia

Vindere

Tilbudsfase: TMS (Transport Management System) and VTS (Vehicle Tracking System)

(12.07.2023)
FARA AS
Falkenborgvegen 36A
7044 TRONDHEIM

Opdateringer

Rettelse
(30.11.2022)

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

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Trafikselskabet Movia
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
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/188662329.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/188662329.aspx
I.6) Main activity
Urban railway, tramway, trolleybus or bus services

Section II: Object

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

TMS (Transport Management System) and VTS (Vehicle Tracking System)

II.1.2) Main CPV code
72300000 Data services
II.1.3) Type of contract
Services
II.1.4) Short description:

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

II.1.5) Estimated total value
Value excluding VAT: 70 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48813200 Real-time passenger information system
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

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.  

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Technical solution / Weighting: 35
Quality criterion - Name: Time schedule & Delivery / Weighting: 10
Quality criterion - Name: Operations / Weighting: 10
Quality criterion - Name: Cooperation and security / Weighting: 10
Price - Weighting: 35
II.2.6) Estimated value
Value excluding VAT: 70 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

2x24 months

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:

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

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

The Contracting Authority holds the option to further extend the Contract for a period of 2 times 24 months.

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:

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

Minimum level(s) of standards possibly required:

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.

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

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.

Minimum level(s) of standards possibly required:

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

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: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/12/2022
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/12/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted:
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:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud - Nævnenes Hus
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
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
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
VI.5) Date of dispatch of this notice:
10/11/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|