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
2023/S 012-030125
Offentliggjort
17.01.2023
Udbudstype
Udbud efter forhandling

Udbyder

Banedanmark

Tender for Telecommunication network planning and documentation system


Banedanmark

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Banedanmark
National registration number: 18632276
Postal address: Carsten Niebuhrs Gade 43
Town: København V
NUTS code: DK01 Hovedstaden
Postal code: 1577
Country: Denmark
Contact person: Nils Manfred Samuel Sjö
E-mail: NMSS@BANE.dk
Telephone: +45 21205985
Internet address(es):
Main address: https://www.bane.dk/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/340853
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=350673&B=BANEDANMARK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=350673&B=BANEDANMARK
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

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

Tender for Telecommunication network planning and documentation system

Reference number: 2023-16755
II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

This tender covers the procurement of a new Telecommunication network planning and documentation System. The System shall be an on-premises system, which supports analysis, design, planning, optimization, and documentation processes of the existing and future data and telecommunications network infrastructure of Banedanmark, which is becoming increasingly complex. One of the purposes is to increase railway traffic density and improving operational safety & punctuality. The System shall have data migrated from Banedanmark’s legacy system and include an initial integration to the GIS-system.

This tender covers a detailed design, implementation, testing and commissioning of the system, as well as hypercare, and support and maintenance of the System and possible Future development and Consultancy services. During both the delivery and after the System delivery the tenderer shall provide crosscutting services such as licenses, test, documentation, reporting as described in the contract.

II.1.5) Estimated total value
Value excluding VAT: 25 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32000000 Radio, television, communication, telecommunication and related equipment
32260000 Data-transmission equipment
32412100 Telecommunications network
32500000 Telecommunications equipment and supplies
32524000 Telecommunications system
48000000 Software package and information systems
48600000 Database and operating software package
72200000 Software programming and consultancy services
72250000 System and support services
72253200 Systems support services
72300000 Data services
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

Danmark

II.2.4) Description of the procurement:

Background and Purpose:

Banedanmark (hereinafter BDK) is an agency under the Ministry of Transport in Denmark. BDK is responsible for maintaining, renewing and expanding the railway so that the railway has a condition and capacity to meet the current and future needs for running trains. BDK operates a 3476km & 300 station railway network with a complex data & telecommunications network enabling connectivity of operational technical railway systems.

The tender contract comprises delivery of a system for Telecommunication network planning and documentation designed and customized to BDKs current and future needs, including the delivery and implementation of the System, migration of data from BDK’s current solution, integration to BDKs GIS system and possibly other system integrations that can be ordered as options in the contract, cf. II.2.11, project management, and hypercare, support and maintenance after system delivery. Furthermore, the tender contract comprises further development and consultancy services. The system is expected to be able to document BDKs railway data- and telecommunication network infrastructure, including fiber optic networks, overarching transmission technologies, circuits, and services and ensure overview, transparency and visibility of the dependencies and associations between the services transported over and inside the data- and telecommunication network.

The project delivery process includes the following phases: Clarification phase, Proof-of-Concept phase, Design phase, Implementation phase and Closure phase.

Current system and setup:

BDK employs an old, outdated internal developed legacy system, which consists of an Oracle 11.2.0.4 database and user interface based on Oracle Forms 4.5 and Report 2.5.

The current system includes the KAT-2/KAT-3 partitioned network which consists of approx. 2000 sites, 2 traffic control towers, 2 data-centers, 3000-4000 km fiber cables, 1000 fiber cable joints, 8200 ODF’s, 1000 manholes, 619 carrier supporting carrier IP/MPLS routers, 1136 switches, 13 firewalls, SDH 275 nodes, 250 PDH nodes, 11 CWDM nodes, 31 DWDM nodes, 315 GSM-R BTS's, 3 GSM-R core sites and 10.000 logical/physical circuits & links. The new system shall include the same.

Main deliverables:

The main deliverables are the following:

A) Delivery of the System, including design and implementation, system integrations, data migrations, project management and crosscutting services in connection with the delivery.

B) Support, maintenance and hypercare.

C) Further development and Consultancy services.

Ad A)

The Supplier shall deliver a system, design and customize it to BDKs needs and implement it within the organization.

During the delivery the supplier shall migrate all data from BDKs current solution, which the System shall replace, without data loss. Migration of data from other resource management systems and possibly analog sources shall also be possible.

The System shall make it possible for System integration and data sharing with Customer’s other present and future systems. Specifically, the System shall be able to integrate to BDKs GIS system as a part of the delivery, while other system integrations can be ordered as options in the contract, cf. II.2.11.

During the delivery and project phase, the Supplier shall provide project management supported by crosscutting services.

Ad B)

The Supplier shall provide hypercare, support and maintenance of the System, including 2nd and 3rd level support, remote and onsite support, software updates, monitoring and ServiceDesk services.

Ad C)

The Supplier shall deliver Further development services and Consultancy services to BDK upon request, including development and installation of possible improvements after system delivery, assistance with system integrations that can be ordered as options, and other services such as planning, training, technical services and testing.

For more information, please refer to tender material.

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: 25 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:

The contract can be prolonged twice (2 times) with a duration of 24 months each time, i.e., a total of 48 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the main deliverables covered by the contract, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with services and deliverables, which are comparable with the main deliverables covered by the contract.

In the evaluation hereof, the contracting authority will award each candidate points on a scale from 1-5 for each main deliverable specified in section II.2.4) based on the extent to which the references combined document experience with delivery of services, which are comparable with the main deliverables covered by the contract. On that basis, each candidate is given an overall score calculated based on the points awarded for the main deliverables. When calculating the overall score, the points for the main deliverables specified in section II.2.4) will have the following weighting:

Main deliverable A: 50%

Main deliverable B: 25%

Main deliverable C: 25%

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

The contract includes four mandatory options.

Option 1 – System integration to Proarc: Necessary Software, licenses, and materials to integration to the Customer system Proarc, cf. Appendix 3.

Option 2 – System integration to SAP: Necessary Software, licenses, and materials to integration to the Customer system SAP, cf. Appendix 3.

Option 3 – System integration to Point: Necessary Software, licenses, and materials to integration to the Customer system Point, cf. Appendix 3.

Option 4 – System integration to ServiceNow: Necessary Software, licenses, and materials to integration to the Customer system ServiceNow, cf. Appendix 3.

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

Ad II.2.7:

The duration of the contract as mentioned in II.2.7 starts from “Acceptance Date” of the System as defined in the Contract, cf. Appendix 0.

The Contract renewal consists of an option for Banedanmark to prolong the contract twice with a total of 48 months.

Altogether the duration of the contract after the Acceptance Date amounts to a total of 120 months.

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 candidate must submit the European Single Procurement Document ("ESPD") with the following information:

- The candidate's equity in the latest financial year available

- The candidate's total annual turnover in the three latest financial years available

If the candidate relies on the economic and financial capacity of other entities in relation to fulfilment of the minimum requirements, see below, the contracting entity will require the candidate and the entities in question to undertake joint and several liability for the performance of the contract.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:

The operator's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

A statement regarding the operator's total turnover in the three most recent annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three most recent annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

Minimum level(s) of standards possibly required:

As a minimum requirement, a positive equity in the latest available annual report/financial statement is required. If the candidate relies on the capacity of other entities, the equity is calculated as the total equity of the candidate and such other entities’ in the most recent available financial year. For groups of operators (e.g. a consortium), the equity is calculated as the operators total equity in the latest available annual report/financial statements. The information is to be stated in section IV.B of the ESPD.

As a minimum requirement, a total annual turnover of at least DKK 25 million is required in each of the three latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual reports/financial statements available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD.

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

The candidate must submit the ESPD with the following information:

A list of the 5 most significant comparable services, see sections II.1.4) and II.2.4), that the candidate has carried out in the last 3 year(s) before the expiry of the application deadline.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9) and in the evaluation of whether the minimum requirements in respect of technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient).

When indicating the date of the delivery, the candidate is requested to indicate the date when the delivery was commenced and finalised. If this is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the candidate is asked to indicate in the description of the delivery how the date is specified.

No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacities of other entities, or whether the candidate is a group of operators (e.g. a consortium).

If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such services under the contract must be performed by the entity on which the candidate relies.

The ESPD serves as provisional documentation of the candidate's compliance with the selection criterion, see section II.2.9).

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Financing conditions and payment arrangements will be stated in the tender documents.

Reference is furthermore made to the electronic invoicing required and the option of electronic ordering pursuant to (Consolidated) Act no. 798 of 28 June 2007 on payment to public authorities, etc., as amended. The Consolidated Act is available (in Danish) at www.retsinformation.dk.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No specific legal form is required.

If the contract is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.

The contract lays down requirements on compliance with the law on processing of personal data [including section 3(9) of the Danish Data Protection Act (databeskyttelsesloven) (the “war provision”)].

The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement pursuant to the Danish Investment Screening Act. See further in the tender specifications.

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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2022/S 234-675523
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/02/2023
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 17/03/2023
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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). For access to the tender documents, the candidate must be registered or register as a user.

The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen - “the Danish Implementing Order”). The ESPD is available via the electronic tendering system.

In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section III.1.2) and III.1.3), including for the purpose of selection, see section II.2.9). The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.

The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications.

The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135 and 136 of the Danish Public Procurement Act, cf. section 11(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Danish Implementing Order.

In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety.

As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, including the price of all options. The estimate is based on an assessment of all deliveries, services and activities during the contract period and the knowledge regarding the prices for such deliveries, services and activities at the time of the tender.

As regards section II.2.7), it is to be noted that the indicated term will commence at Acceptance Date of the System. In addition to the indicated term, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the services covered by the contract in connection with a possible re-tender.

An online information meeting will be held the 25th of January 2023 from 13 to 15 pm. For practical reasons, operators interested in participating in the meeting are asked to sign up via the electronic tendering system not later than 2 days before the meeting with indication of name of business and number of participants. The contracting entity may reduce the number of participants per business. The contracting entity will draw up brief minutes of the information meeting which will be published via the electronic tendering system.

As regards section II.2.9) it should be noted that each candidate may only submit one application for prequalification.

For information on the process of the negotiations, reference is made to the tender specifications and the related Annex B and C.

The Contracting Entity will pay no remuneration for participating.

The contracting entity reserves the right to award on the basis of the initial tender.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud (The Danish Complaints Board for Public Procurement)
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Postal address: Carl Jacobsens 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:
12/01/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|