23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 075-167131
Offentliggjort
18.04.2018
Udbudstype
Udbud efter forhandling

Udbyder

Aarhus Kommune, Teknik og Miljø

Vindere

Contract Concluded with Cross Zlin A.S

(03.11.2018)
Cross Zlin A.S
Hasicska 397
76302 Zlin

OCIT-based central system for road traffic signal controllers and other controllers


Aarhus Kommune, Teknik og Miljø

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Aarhus Kommune, Teknik og Miljø
55133018
Kalkværksvej 10
Aarhus C
8000
Denmark
Contact person: Martin Winther Bolet
Telephone: +45 41858984
E-mail: bmaw@aarhus.dk
NUTS code: DK042

Internet address(es):

Main address: https://permalink.mercell.com/80267917.aspx

Address of the buyer profile: http://www.aarhus.dk/kommune

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/80267917.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/80267917.aspx
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object

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

OCIT-based central system for road traffic signal controllers and other controllers

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

This tender comprises the delivery of services necessary for providing the City of Aarhus (CoA) with full time access to an OCIT[1]-based central system for road traffic signal controllers and other roadside controllers, the Central Monitoring and Management Control (the CMMC).

[1] Whenever the terms "OCIT" or "OCIT-compatible" is used in this specification, it refers to compliance with the OCIT-O v3.0 specification — unless specifically otherwise stated.

Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/80267917.aspx.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
48000000
II.2.3) Place of performance
NUTS code: DK042
Main site or place of performance:

The City of Aarhus ("Aarhus Kommune").

II.2.4) Description of the procurement:

The present tender is 1 out of 3 tenders running partly simultaneously, each of which shall contribute to fulfilling the CoA’s goals of minimizing vendor lock-in situations and improving the overall mobility through efficient traffic management:

1) A comprehensive OCIT-based central system for road traffic signal controllers and other controllers (Tender A – present tender)

2) OCIT-based Traffic Signal Controllers (TSCs) and all key components for building up a complete controller (Tender B)

3) Other OCIT-compatible ITS-systems, e.g. Variable Message Signs (VMS) (no current plans of tendering, but will be tendered ad hoc if needed)

In addition to Tender A (present tender) and Tender B, the CoA will also do a Tender C, concerning necessary construction works, installation of S-B supplies, delivery and installation of peripherals (poles, signal heads, radar detection equipment, etc.) as well as operation and maintenance of all of the CoA’s ITS equipment. Thus, SP-C will be responsible for the overall system integration, including the connection of new TSC installations (delivered by S-B) to the central system (delivered by SP-A – based on present tender). Tender C will be conducted with invited tenderers.

II.2.5) Award criteria
Criteria below
Cost criterion - Name: Price / Weighting: 30 %
Cost criterion - Name: Quality / Weighting: 60 %
Cost criterion - Name: Service organization and staffing / Weighting: 10 %
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2018
End: 31/08/2023
This contract is subject to renewal: yes
Description of renewals:

The contract can on request of the CoA be extended for up to 3 x 12 month on un-changed terms or on changed terms which have been agreed between the parties and are generally financially beneficial for the CoA.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

Among the prequalification applicants fulfilling the described requirements, 3-5 applicants will be selected based on an objective evaluation. If the CoA receives 3 qualified and suitable applications, these applicants will be asked to submit a tender.

In the selection, the CoA will, based on the references, especially assign emphasis on the following, in a non-prioritized order:

— the applicant's description of how the individual reference is comparable with the services to be delivered to the CoA,

— to which extent the applicant is experienced with the delivery of central systems of the requested type,

— to which extent the applicant has experience with delivery of central sys-tem(s) independent of control systems, or is experienced with accessing foreign control systems on its own central system through OCIT-O V2.0 or high-er,

— to which extent the applicant's references demonstrate that the applicant has a thoroughly tested standard central system based on the OCIT specifications and to which extend this standard central system is integrated with LISA+.

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

Options are described in appendix 3, prices, schedule of payments and options in clause 1.4:

— Yearly price per extra connected TSC,

— Yearly price per connected VMS controller,

— Yearly price per connected traffic camera,

— Yearly price per extra user account,

— Extra course according to Appendix 2, section 8.3,

— Software engineer for development of new functionality, price per hour,

— Project manager for development of new functionality, price per hour.

II.2.12) Information about electronic catalogues
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Economic and financial capacity.

Minimum level(s) of standards possibly required:

The CoA only accepts applications for applicants (minimum requirement), which:

— has an annual turnover of minimum 1 000 000 EUR exclusive of VAT for each of the last 2 audited financial years,

— has a positive equity for each of the last 2 audited financial years.

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

Technical and / or professional capacity:

Minimum level(s) of standards possibly required:

The CoA only accepts applications from applicants (minimum requirement) which have stated minimum 3 comparable references which have been partly or wholly completed within the past 3 years prior to the prequalification deadline.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

The tender comprises CSR conditions, conditions regarding safeguarding labor rights regarding work performed for the City of Aarhus and conditions regarding staff- and education policy.

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.6) Information about electronic auction
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/05/2018
Local time: 12:00
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, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
IV.2.7) Conditions for opening of tenders

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:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk
Fax: +45 33307799

Internet address:http://www.klfu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
16/04/2018

Send til en kollega

0.046