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 026-075098
Offentliggjort
06.02.2023
Udbudstype
Udbud efter forhandling

Udbyder

Aarhus Vand A/S

Imeter, Smart metering system, Innovation challenge project


Aarhus Vand A/S

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Aarhus Vand A/S
National registration number: 32562361
Postal address: Hasselager Allé 29
Town: Viby J
NUTS code: DK042 Østjylland
Postal code: 8260
Country: Denmark
Contact person: Sally Nyberg Kornholt
E-mail: sally.nyberg.kornholt@aarhusvand.dk
Internet address(es):
Main address: www.aarhusvand.dk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ibinder.com/External/EnquiryLink.aspx?id=hzjvhngakd
Additional information can be obtained from another address:
Official name: COWI A/S
National registration number: 44623528
Postal address: Jens Chr. Skous Vej 9
Town: Aarhus C
NUTS code: DK042 Østjylland
Postal code: 8000
Country: Denmark
Contact person: Renée Friis Schmidt
E-mail: rfsc@cowi.com
Internet address(es):
Main address: www.cowi.com
Tenders or requests to participate must be submitted electronically via: https://www.ibinder.com/External/EnquiryLink.aspx?id=hzjvhngakd
I.6) Main activity
Other activity: Water

Section II: Object

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

Imeter, Smart metering system, Innovation challenge project

II.1.2) Main CPV code
38421100 Water meters
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Aarhus Vand (AAV) hereby puts out to tender an agreement regarding a smart meter solution for the drinking water system, including an innovation challenge project, delivery of smart meters and data communication and a period of operation.

With this bid for tender, Aarhus Vand wants to invite innovative companies to grow and develop their water businesses in a partnership with the aim of innovating, developing, designing, delivering, maintaining, and operating the smart meter solution of the future.

For more information, see 2.3 Appendix 1 Project Description.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38400000 Instruments for checking physical characteristics
38420000 Instruments for measuring flow, level and pressure of liquids and gases
38421100 Water meters
38800000 Industrial process control equipment and remote-control equipment
38900000 Miscellaneous evaluation or testing instruments
48000000 Software package and information systems
48200000 Networking, Internet and intranet software package
48300000 Document creation, drawing, imaging, scheduling and productivity software package
48600000 Database and operating software package
65110000 Water distribution
65500000 Meter reading service
72200000 Software programming and consultancy services
73000000 Research and development services and related consultancy services
73200000 Research and development consultancy services
73300000 Design and execution of research and development
38550000 Meters
II.2.3) Place of performance
NUTS code: DK042 Østjylland
Main site or place of performance:

Aarhus

II.2.4) Description of the procurement:

See section II.1.4) and the tender material.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: The Basic Package / Weighting: 25
Quality criterion - Name: Organisation and professional skills / Weighting: 15
Quality criterion - Name: Process and method / Weighting: 20
Cost criterion - Name: Finances / Weighting: 40
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 168
This contract is subject to renewal: yes
Description of renewals:

The contract can be extended for 3 x 2 years. For further information, see 2.6 Draft Agreement.

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 selection will be based on who, considering the tendered works, are assessed to have the best technical and professional capacity. The prequalified applicants will be selected from several suitable applicants based on Aarhus Vand's assessment of the applicants' technical and professional capacity as documented by the submitted references.

In the selection procedure, Aarhus Vand will assess which applicants have documented, by way of the references forwarded, the most relevant references in respect of the tendered works.

By "relevant references", Aarhus Vand means references which are comparable to the tendered work in terms of nature, scope and volume (meters), including in particular references within:

› Project management or innovation management in connection with an innovation project

› Project management or innovation management in connection with design of all types of technologies

› Research and development (R&D)

› Design of all types of technologies

› Design of software and data systems

› Participation in projects or activities to innovate, explore and challenge existing technology

› Test and/or implementation of new technologies

› Delivery of meters on the drinking water system

It is considered positive if the submitted references are satisfactory in terms of providing references in all the above bullet items. Each reference may serve as reference in several of the bullet items.

Significant importance is attached to references relating to smart metering, particularly on references relating to smart metering on the drinking water system.

Further information can be found in tender document "1.0 Instruction to Prequalification".

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 shall submit information about the applicant’s equity, liquidity ratio and solvency ratio for the last financial year in the completed "European Single Procurement Document" (ESPD), part IV, paragraph B, "key ratios". For information regarding the key ratios, please see tender document 1.0 Instruction to Prequalification, section 1.3.3.

If the application is submitted by a group of companies, e.g. a consortium, the minimum requirements apply to all and each member of the consortium. If the applicant relies on the economic and financial standing of other entities (for example, sub-contractors), the applicant must provide proof that the applicant has at its disposal the necessary resources from such entities. This must be done by submitting a letter of support from such entities.

Aarhus Vand does not wish to receive information about other intended sub-contractors on whose economic and financial standing the applicant does not rely to fulfil the minimum requirement.

Minimum level(s) of standards possibly required:

The applicant’s equity in the latest financial year was positive.

The applicant’s liquidity ratio in the latest financial year was at least: 100 per cent

The applicant’s solvency ratio in the latest financial year was at least: 15 per cent.

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

The applicant shall submit up to 15 references that document the applicant’s experience within the last 5 years with the type activities specified herein. If the applicant is a group of companies, references must be submitted for each company, and the total number of references must not exceed 15.

The applicant must in the description field of the eESPD or in a separate document provide a description for each reference, including project name, project description, description of the company's services and project liability, contract sum or quantification of size of delivery, execution perioden, name of customer/client and optionally contact person.

If the applicant relies on the technical and professional ability of other entities (for example subcontractors or other entities in the group), the applicant must provide proof that the applicant has at its disposal the necessary resources from such other entities. This must be done by providing a letter of support from such entities regarding their obligations in this respect.

The applicant shall not submit information about other intended sub-contractors, on whose technical and professional ability the applicant does not rely on, to fulfil the minimum requirement.

Minimum level(s) of standards possibly required:

› 2 references regarding project management or innovation management in connection with an innovation project regarding smart metering

› 2 references regarding design of software and data systems in connection with smart metering

› 2 references regarding delivery of meters on the drinking water system

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

Reference is made to the tender document 2.6 Draft Agreement.

The draft agreement contains regulations regarding penalties that must be observed.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.1.8) 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 218-626318
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/03/2023
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/03/2023
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)

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
VI.3) Additional information:

Further information regarding the prequalification is found in tender document 1.0 Instruction to Prequalification. Information regarding the tender procedure is found in tender document 2.0 Instructions to tenderers.

If the applicant/tenderer has any questions regarding the tender material, including the pre-qualification, these must be submitted through the Q/A module on iBinder.

If the applicant is a group of companies, e.g. a consortium, all companies in the group must submit a separate eESPD for the specific company. If the applicant relies on the economic/financial and/or technical/professional capacity of another company, the company must submit a separate eESPD, as well as a completed letter of support.

If the applicant is a group of companies, e.g. a consortium, a representative of the group must be authorised to sign on behalf of the group. Furthermore a consortium declaration, in which the participating companies submit to joint and several liability must be submitted.

In addition to the mandatory exclusion grounds, see article 134a, 135 and 136 of the Danish Public Procurement Act, the exclusion grounds stated in article 137 apply to the tender procedure.

Aarhus Vand expects to carry out the negotiation process as described in tender document 2.0 Instructions to tenderers, section 6. However, Aarhus Vand reserves the right to award the contract based on the preliminary tender.

Aarhus Vand will not pay any remuneration to the negotiation participants.

The application and the tender can be submitted in Danish or English.

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 72405600
Internet address: www.klfu.dk
VI.4.2) Body responsible for mediation procedures
Official name: There is no mediation body in Denmark
Town: N/A
Country: Denmark
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Deadlines and procedures for lodging complaints are set out in act no. 593 from the 2nd of June 2016 for the Danish Complaints Board for Public Procurement.

Complaints for not being prequalified must be lodged with the Danish Complaints Board for Public Procurement within 20 calendar days. The deadline is calculated from the day after the day when the contracting entity has notified the applicants about the prequalification. However, the complaint period will only start when the notification includes a short explanation for the contracting entity's decision.

In other situations, complaints regarding the procurement must be lodged with the Danish Complaints Board for Public Procurement within:

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) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision to continue the contract, see article 185(2) of the Danish Public Procurement Act. The complainant must not later than at the time of lodging a complaint with the Danish Complaints Board for

Public Procurement 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 standstill period, see article 3(1) of the Act on the Danish Complaints Board for Public Procurement. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether the complainant has requested that the complaint be granted suspensive effect, see article 12(1) of the Act on the Danish Complaints Board for Public Procurement.

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 the website of the Danish Complaints Board for Public Procurement.

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
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
VI.5) Date of dispatch of this notice:
01/02/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|instance-web01