Fakta om udbudet
Bestilling af materiale
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
Section I: Contracting authority
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
Section II: Object
OCIT-based central system for road traffic signal controllers and other controllers
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.
The City of Aarhus ("Aarhus Kommune").
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.
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.
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+.
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.
Section III: Legal, economic, financial and technical information
Economic and financial capacity.
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.
Technical and / or professional capacity:
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.
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.
Section IV: Procedure
Section VI: Complementary information
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk
Fax: +45 33307799
Internet address:http://www.klfu.dk
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100
Internet address:http://www.kfst.dk