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 089-271492
Offentliggjort
08.05.2023
Udbudstype
Offentligt udbud

Bestilling af materiale

https://udbudsportalen.app.vd.dk/da/

Udbyder

Vejdirektoratet

Updating the Freight Model of the Danish National Transport Model


Vejdirektoratet

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Vejdirektoratet
National registration number: 60729018
Postal address: Carsten Niebuhrs Gade 43, 5. sal
Town: København V
NUTS code: DK0 Danmark
Postal code: 1577
Country: Denmark
Contact person: Marco Paoli
E-mail: mapa@vd.dk
Telephone: +45 72443459
Internet address(es):
Main address: http://vejdirektoratet.dk
Address of the buyer profile: http://vejdirektoratet.dk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://udbudsportalen.app.vd.dk/da/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ibinder.com/External/EnquiryLink.aspx?id=yprvupxmnx
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other activity: Planning, construction and operation of the National Roads in Denmark

Section II: Object

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

Updating the Freight Model of the Danish National Transport Model

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:

The base year of the Danish National Transport model is updated to 2023. As part of the update, a new and simplified logistics model must be estimated on the basis of existing aggregated data. The Danish Road Directorate has decided to hire a consultant to carry out the updating of the freight model.

In relation to selecting a consultant, it is considered an advantage to have knowledge to the present model and Danish traffic conditions.

II.1.5) Estimated total value
Value excluding VAT: 2 500 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72200000 Software programming and consultancy services
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

See description under section II.1.4

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Find the description in the tender document.

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 Tenderer must inform about the firm's turnover for the most recent financial year in the completed "European Single Procurement Document" (ESPD)

The intended winner of the tender procedure must before the award submit a copy of the annual account or information about the annual turnover certified by an auditor as documentation of turnover.

For Tenderers that have been established for a shorter time, the information must be submitted for as long a period of the financial year as possible.

If Tenderer is a group of several economic actors, the information must be submitted for each økonomic actor, in that the sum total of the net turnover of the operators must fulfil the minimum requirement.

If Tenderer is a group of several economic actors, a representative of the group must be authorized to bind the group of operators. All participating operators are jointly and severally liable for the performance of the contract.

If theTenderer relies on the capacity of other entities (for example, subcontractors or other entities in the group), Tenderer must provide proof that the Tenderer has at its disposal the necessary resources from such entities. This must be done by submitting an undertaking from such entities in the form of a declaration to accept joint and several liability.

The contracting entity does not wish to receive information about other intended subcontractors on whose economic and financial capacity Tenderer does not rely to fulfil the minimum requirement.

Minimum level(s) of standards possibly required:

Minimum suitability requirements: The net turnover for the most recent financial year must be at least DKK 3 million.

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

The tender documents contain a labour clause pursuant to Circular Letter Number 9471 of June 30, 2014 on labour clauses in public contracts.

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
Open procedure
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: 16/06/2023
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish
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)
IV.2.7) Conditions for opening of tenders
Date: 16/06/2023
Local time: 10:00
Place:

Reference is made to the tender documents.

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:

The deadline stated in section IV.2.2 applies to the request for participating in the tender procedure.

Request for prequalification must be submitted electronically at the URL address specified in section I.3.

In addition to the specifications in sections III.1.2 and III.1.3, the application must contain information about the Tenderer's ownership situation, including information about affiliated companies.

The application must enclose a completed "European Single Procurement Document" (ESPD). The document is available at the same place as the tender documents, see section I.3).

In Part II, section A of the ESPD, a general contact person for the entire procurement process must be stated.

The application for prequalification will be accepted in the following languages Danish or English.

Tenders must be submitted in Danish or English.

In addition to the mandatory exclusion grounds, see sections 135 - 136 and 134a, of the Danish Public Procurement Act, the exclusion grounds stated in section 137(1), para (2) apply to the tender procedure.

The tender procedure is conducted using a two-envelope system. The procedure is described in detail in the tender documents.

Questions, if any, should be submitted to the e-mail address stated in the tender documents, Provisions on procurement and tendering, section 4.

Questions and answers will be made available at the internet address stated in section I.3), under Current tenders.

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: DK-8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Internet address: http://www.klfu.dk
VI.4.2) Body responsible for mediation procedures
Official name: none
Town: N/A
Country: Denmark
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints of not being prequalified must be lodged with the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days.

The deadline is calculated from the day after the day when the contracting entity has notified the applicants concerned about the identity of the applicants that have been prequalified. However, the period allowed for complaints will only start running when the notification has included a short explanation of the relevant grounds for the contracting entity's decision.

In other situations, complaints of award procedures 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) 30 calendar days calculated from the day after the day when the contracting entity has notified the applicants concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into. It is a condition for the time allowed for complaints to start running that the notification includes a brief explanation of the relevant grounds for the decision.

3) Six months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the applicants and tenderers concerned, see section 2(2) of the Act on the Danish Complaints Board for Public Procurement.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision to continue the contract, see section 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 section 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 suspensory effect, see section 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: DK-2500
Country: Denmark
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
04/05/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.015|