23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 115-262651
Offentliggjort
19.06.2018
Udbudstype
Offentligt udbud

Udbyder

Banedanmark

Vindere

Railway Diagnosis and Monitoring Tool (DiamonT)

(31.01.2019)
Comtest Wireless International SRL
Via Orvieto 19
10149 Torino

Opdateringer

Rettelse
(31.07.2018)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 03-09-2018
Time: 16:00
Read:
Date: 19-09-2018
Time: 16:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 03-09-2018
Time: 16:00
Read:
Date: 19-09-2018
Time: 16:00

Rettelse
(10.08.2018)



Additional information
There is a clarification in the following documents:
— clarification in appendix 9, cf. PAY.17,
— clarification in appendix 17, cf. LC.1 and LC.2.

Rettelse
(21.09.2018)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 03-09-2018
Time: 16:00
Read:
Date: 26-09-2018
Time: 16:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 03-09-2018
Time: 16:00
Read:
Date: 26-09-2018
Time: 16:00


Additional information
Time limit for receipt of tenders has already been extended by modification notice 2018/S 145-333112.

Railway Diagnosis and Monitoring Tool (DiamonT)


Banedanmark

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Banedanmark
18632276
Amerika Plads 15
København Ø
2100
Denmark
Contact person: Maria de la Soledad Hernandez Rodriguez
Telephone: +45 82340000
E-mail: xmshr@BANE.dk
NUTS code: DK

Internet address(es):

Main address: https://www.bane.dk/

I.2) Information about joint procurement
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=211833&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=211833&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:

Railway Diagnosis and Monitoring Tool (DiamonT)

II.1.2) Main CPV code
72212140
II.1.3) Type of contract
Services
II.1.4) Short description:

This public tender concerns a tool on one unique platform, which collects, analyses and stores information from different sources (Signaling and Communication) and presents it in a comprehensive way for the users.

The source of information is either interfaces between subsystems or data imported from maintenance system, datawarehouses, etc.

II.1.5) Estimated total value
Value excluding VAT: 40 000 000.00 DKK
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)
34630000
34632000
34632200
34632300
34940000
34946200
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

The tool is one unique platform, which collects, analyses and stores information from different sources (Signaling and Communication) and presents it in a comprehensive way for the users.

The tool will be used to monitor interfaces on both the production, preproduction and JTL environment.

The scope of DiaMonT has been split into a core scope called ERTMS Scope and the options.

1) ERTMS Scope.

The tool monitors in real time, decode, present and store information involving ERTMS Standard protocols. ERTMS is the European Rail Traffic Management System. It is based on Communication (GSM-R) and Signalling (ETCS).

2) Functional options.

There are several Options which contribute to increase the number of system under monitoring:

— By adding additional interfaces in the scope: Communication between adjacent Radio Block Centers, Radio Block Center and Interlocking, Onboard internal interfaces, etc,

— By collecting and integrating in the Tool data collected by maintenance systems, database, etc.

3) Geographical options.

The Signalling Programme is deployed on the basis of roll out, and the geographical scope of the tool has to be extended to support this deployment.

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: 40 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2019
End: 01/01/2024
This contract is subject to renewal: yes
Description of renewals:

This contract contains two options with the possibility of a total extension of 7 years from the expiry of the regular contract period of 5 years.

Option 9.1. is a 5-year extension of the Maintenance.

Option 9.2 is a 2-year extension of the Maintenance.

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

Following options that can be asserted during the entire term of the contract.

Functional Options:

Option 1: RBC–RBC interface. The goal of this Option is to introduce monitoring of the interfaces interconnecting adjacent Radio Block Centres (RBCs).

Option 2: RBC–IXL interface. The goal of this Option is to introduce monitoring of the interfaces interconnecting a Radio Block Centre (RBC) with the IXLs under its area of control.

Option 3: On-Board interfaces. The System shall monitor in real time, decode, present and store the data exchanged between the EVC and other onboard subsystems.

Option 4: Active Probes shall measure the Quality of Service and radio coverage of the GSM-R network and check that they are compliant with SUBSET-093 and EIRENE standards.

Option 5: Integration with the RMR. The purpose of this Option is to integrate data collected by the RMR (which provides information about the status and health of the on-board equipment) with other data collected by the System.

Option 6: Security Monitoring. The System will provide security mechanisms to validate the data monitored by the System.

Option 7: Integration with Maintenance Systems.

Option 8: Track Layout. Introduce a Logical Layout in the GUI.

Option 9.1. is a 5-year extension of the Maintenance.

Option 9.2 is a 2-year extension of the Maintenance.

Geographical Options:

Purpose of the Geographical Options is to extend the scope of the System alongside with the new ETCS roll-outs of the Signalling Programme. The options correspond to deployment phases of the Signalling Programme, including a Preproduction environment.

The Functional and Geographical Options can be combined. For example, option 1 can be called only for one Roll out.

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
List and brief description of conditions:

The Tenderers must deliver a ”European Single Procurement Document” (ESPD) in which the Tenderers must provide declarations on the following matters:

— Whether the Tenderers are subject to the grounds for exclusion in § 135 section 1 no. 1 - 6 and section 2 and 3 of the Danish Public Procurement Act (mandatory grounds for exclusion on participation in criminal organisation, bribery, fraud, terrorist acts, money laundering, child labour, unpaid outstanding debt etc.), and,

— Whether the Tenderers are subject to the grounds for exclusion in § 136 of the Danish Public Procurement Act (mandatory grounds for exclusion on conflicts of interest, distortion of competition, gross misrepresentation etc.), and,

— Whether the Tenderers are subject to the grounds for exclusion in § 137 section 1 no. 2 of the Danish Public Procurement Act (concerning bankruptcy, insolvency or winding-up proceedings, reconstruction or restructuring, suspension of business activities and similar situations).

The contracting authority can only take declarations provided in the ESPD document into consideration, cf. § 148 of the Danish Public Procurement Act. Declarations can NOT be given in another way.

In case of groups of Tenderers (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

If the tenderers rely on the economic and financial capacity and/or technical and professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the above-mentioned declarations.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

Following must be stated in ESPD:

— Tenderers total revenue in the 3 recent financial years (depending on when the Tenderers was established or started his company).

— Tenderers solvency ratio in the 3 recent financial years (depending on where the tenderers was established or started his company). The equity ratio is calculated as a percentage of equity divided by total assets.

Note, that the tenderers related to the equity ratio must give the information about the equity of the company and the value of the total assets. The equity ratio must be placed in the field “key figure” and the basis of calculation must be placed in the field “specification”.

Tenders from consortia and subcontracting: In the assessment of financial / financial capacity, there will be no mathematical calculation and aggregation of the participants' financial ratios to calculate average key ratios for the consortium or the main supplier/subcontractor in its entirety. The assessment of the financial and financial capabilities of a consortium or for a main supplier with subcontractor (s) will be based on an assessment of the individual participant's relationships and partly an overall assessment of the consortium's or the main supplier/subcontractor's financial and financial capacity in its entirety.

The contracting authority can only take declarations provided in the ESPD document into consideration, cf. § 148 of the Danish Public Procurement Act. Declarations can NOT be given in another way.

In case of groups of Tenderers (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

If the tenderers rely on the economic and financial capacity of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the above-mentioned declarations.

Note, that the tenderers related to submitting the ESPD equity ratio must give the information about the equity of the company and the value of the total assets. The equity ratio must be placed in the field “key figure” and the basis of calculation must be placed in the field “specification”.

For tenders from consortia and tenders with subcontractors:

There will be no assessment of the economic and financial capacity mathematical calculation and aggregation of participants' economic key figures in order to calculate average key ratios for the consortium or the main supplier/subcontractor in its entirety. The assessment of.

The economic and financial capacity of a consortium or for one.

The main supplier with subcontractor (s) will, on the other hand, be based on an assessment of the individual participants' circumstances and an overall assessment of the consortium or the main supplier/subcontractor economic and financial capacity in its entirety.

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

The tenderer must, as part of his tender, deliver a "common European Tender document "(ESPD) in which the tenderer must provide following:

1) Tenderers shall submit a list of the most significant equivalent services offered by the Tenderer during the past 3 years.

For systemic reasons, only 5 references can be specified in the eESPD. However, the contracting authority can accept that in the same field in the eESPD, more references are specified. However, this requires that each reference is clearly separated.

Note that in the eESPD, four columns for referees must be filled in (Description, Amount, Date, Recipients). If more than one field is issued references, it must be clearly stated what the individual reference includes relative to the headline of the specific column.

Special attention is given to the tenderer when completing his references in the ESPD document in the "Description" field should ensure that the descriptions of the individual references are full and sufficient, so that contract authority can assess the references in relation to whether and in the extent to which they represent similar services.

If the Tenderer is based on the professional experience of other entities regarding the performance of specific parts of the services, the said specific parts must be performed by the entity on which the Tenderer bases his tender, cf. § 144 of the Public Procurement Act.

Tenderer can only be taken into consideration if the above statements are provided in the ESPD, cf. § 148 of the Public Procurement Act. Declarations can NOT be delivered in another way.

In case of groups of Tenderers (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above information.

If the tenderer relies on other technical and professional ability (eg subcontractors or entities within the same group, including parent, sister or subsidiary companies), each of these devices attach a separate ESPD document that includes the above information.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

If the contract agreement is awarded to a group of candidates (consortium) the participants must assume joint and several liabilities for the performance of the contract and appoint a candidate among the participants with joint and several liabilities to act for the consortium/group.

If the contract is awarded to a candidate who relies on the economic and financial standing of other entities (see point III.1.2) each individual entity must assume joint and several liabilities for the performance of the contract.

The contract contains special conditions for the performance of the contract. Specific information appears from the contract documents.

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
Open procedure
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.1.6) 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: 03/09/2018
Local time: 16:00
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:
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)
IV.2.7) Conditions for opening of tenders
Date: 03/09/2018
Local time: 16:00
Information about authorised persons and opening procedure:

See tender conditions, section 13.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

Tenders must Be uploadede via EU Supply. Tenders cannot be submitted in other ways.

To point III.1:

Tenderer will be excluded from participation in the tendering procedure, provided the mandatory grounds for exclusion in the Procurement Act § 135-136 and/or the voluntary grounds for exclusion in § 137 of the Procurement Act. shall apply, unless the Procurement Act allows to exclude the bidder (cf. § 138 of the Act). Before the contract authorities’ decision to award the contract, shall the contract authority require the tenderer the contract authority intend to award the contract to, provide documentation according to § 152 of the Public Procurement Act for the information provided in the ESPD document.

The Contract authority can at any time request in the tendering procedure tenderer to provide (final) documentation of the circumstances have been declared in the ESPD document, cf. § 151 section 3 of the Public Procurement Act. Similarly, the contract authority can request the tenderer to supplement or clarify received documentation. In that case, documentation shall be submitted within a shorter deadline determined by entities. Failure to send requested documentation can lead to the exclusion of the tenderer concerned from the tendering procedure. The following documentation will be required for compulsory completion.

Grounds for exclusion in § 135 section 1 no. 1 - 6 and section 3 of the Public Procurement Act. and § 137 section 3 no. 2 of the Public Procurement Act.:

For Danish companies:

— Service certificate,

— If there are foreign members of the Board of Directors, Executive Board and/or supervisory board in the company, as a supplement to the service certificate, A criminal record will be obtained for the persons concerned, as the service certificate alone covers Danish conditions.

For foreign companies:

— An excerpt from the relevant register or equivalent document issued by a competent judicial or administrative authority demonstrating that the tenderer is not covered by the grounds for exclusion in § 135 section 1,

— A certificate issued by the competent authority of the country concerned as evidence that the bidder is not covered by the grounds for exclusion in those referred to in § 135 section 3 and § 137 section 1, no. 2 mentioned.

If an application is not made in the country concerned, the tenderer can use Declaration of faith and laws made for a competent judicial or judicial authority administrative authority, for a notary or for a competent professional organization in the country where the tenderer is established.

The following documentation may be required for the specified minimum requirements for economic and financial and technical and professional ability:

— Solvency ratio: A statement from the auditor containing those specified in the ESPD figures for the solvency ratio and the basis for calculating this,

— References: Written confirmation from the specified contact persons that the tenderer has delivered the services to, specified in the reference.

The following documentation will be required in relation to consortia, provided that it is relevant:

— Declaration on consortium formation. The tender documents are attached Declaration that can be used as documentation.

The following documentation will be required in relation to the statement of support from.

Subcontractors, cf. § 144 section 3 of the Public Procurement Act. 2, to the extent that it is relevant:

— Declaration of support in relation to economic and financial capacity,

— Declaration of support in relation to technical and technical capacity.

The following documents are attached to the tender documents used as documentation, if applicable.

The contract authority entities shall exclude a tenderer whose bidder submits grossly incorrect information, has withheld information or is unable to submit additional documents.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

In accordance with the Act on Complaints Board for Procurement, etc. (the law can be obtained from www.retsinformation.dk), the following deadlines apply for lodging a complaint:

In other situations, complaints about a tender must be made, cf. § 7 section 1 of the Act. 2, must be submitted to the Complaints Board for Procurement before:

1) 45 calendar days after the contract authority has published a notice in the Official Journal of the European Union that the contract authority has concluded a contract. The deadline is calculated from the day following the date of publication of the notice.

At the latest while a complaint is lodged with the Complaints Board for Procurement, the complainant must inform the contract authority in writing that a complaint is submitted to the Complaints Board for Procurement and whether the complaint has been lodged during the standstill period, cf. § 6 section 1 of the Act. 4. In cases where the complaint has not been lodged during the standstill period, the complainant must state whether the suspensive effect of the complaint is requested, cf. § 12 section 1 of the Act. First.

The Complaints Board for the Procurement, E-mail, Address is given in Section VI.4.1).

The Complaints Board for Procurement Complaints Guidelines can be found at www.erhvervstyrelsen.dk.

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

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

VI.5) Date of dispatch of this notice:
15/06/2018

Send til en kollega

0.078