23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 137-337512
Offentliggjort
18.07.2019
Udbudstype
Udbud efter forhandling

Udbyder

Femern A/S

Vindere

Contract Concerning Acquisition of BIM/CAD Software

(31.03.2020)
Thinkproject Benelux BV
3528 Utrecht

Contract Concerning Acquisition of BIM/CAD Software


Femern A/S

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Femern A/S
28986564
Vester Søgade 10
København V
1601
Denmark
Contact person: Femern — Mikkel Mølgaard
Telephone: +45 33416396
E-mail: mmd@femern.dk
NUTS code: DK011

Internet address(es):

Main address: www.femern.com/en

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=245636&B=KA
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=245636&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Femern A/S manages the construction and operation of the future fixed link across Fehmarn Belt

Section II: Object

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

Contract Concerning Acquisition of BIM/CAD Software

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

Femern needs an IT solution for handling and management of the flow of BIM information between owner, contractors, consultants and other involved parties for the Femern Fixed Link (and potential other projects in the Sund and Belt Group).

II.1.5) Estimated total value
Value excluding VAT: 4 600 000.00 EUR
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)
72253100
72261000
72263000
72265000
72268000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

(I) Background and purpose:

Femern A/S (Femern) is part of Sund and Bælt Holding A/S, which is owned 100 pct. by the Danish Ministry of Transport, Building, and Housing. In April 2009, Femern A/S was established to conduct preparations, studies, design etc. in connection with the establishment of a fixed link across the Fehmarn Belt. In 2015, Femern A/S was authorized to establish and operate a fixed link across the Fehmarn Belt and to carry out the dispositions necessary for the implementation.

Femern needs an IT solution for handling and management of the flow of BIM information between owner, contractors, consultants and other involved parties for the Femern Fixed Link (and potential other projects in the Sund and Belt Group). The solution shall support single point of contact between the involved parties. The exchanged material will include 3D/BIM models, digital drawings and Office documents contained in design packages. Viewers and functionality for commenting BIM/CAD drawings shall be available. The system shall further support the owner in coordinating and executing reviews of received material and the feedback to the contractors, and other workflows. The system shall include an achieving function, tracking of versions and dependencies for the received material, and support integrations to other systems in the owners organization. The solution shall be based on a proven standard software.

The solution must be provided as a license to a standard software solution delivered as either a Software-as-a-Service or Hybrid Cloud solution. If the solution is delivered as a hybrid cloud solution Femern will provide the infrastructure on premise or in an Azure cloud solution.

The scope of the contract: which is elaborated in the procurement documents — covers:

A. Configuration and implementation of the solution:

The supplier shall configure, implement and make the solution available for the customer as cloud or hybrid cloud solution.

B. Support and maintenance:

The supplier shall deliver continuing services, including maintenance of the solution, including fixes, security updates, new releases, etc. The solution must be updated continuously with necessary optimizations and, the supplier is expected to perform support services.

C. Services on demand:

The supplier must deliver a number of services. Such services on demand cover e.g. employee training, re-configuration of the solution, integration services — e.g. integration with the customer’s document management system (DMS) and other consultancy services related to the solution as further specified in the procurement documents. Furthermore, the number of licenses needed by the customer may vary, and the supplier must with due notice be able to adjust the solution and prices accordingly as specified in the procurement documents. Sund and Bælt Holding A/S and their present and future affiliated companies can purchase licenses under this contract.

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: 4 600 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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 of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see Section III.1.3), of the services covered by the contract, see the description in Sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services.

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

The services under the contract are delivered to Sund and Bælt Holding A/S and their present and future affiliated companies cf. Clause VI.3

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: yes
Identification of the project:

The construction of the fixed link across the Fehmarn Belt receives EU funding from the CEF programme under project code 2014-EU-TM-0221-W.

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:

The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:

The candidate’s equity to total assets ratio in the 3 latest financial years available.

The candidate's total annual turnover in the 3 latest financial years available.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the contract is made, the tenderer to whom the Contracting Entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

Upon the Contracting Entity's request, the following documentation of economic and financial capacity must be submitted:

The candidate’s annual reports for the last 3 financial years or excerpts hereof if publication of annual reports is required under the law of the country in which the candidate or tenderer is established or any other documentation for the candidate’s annual turnover and solvency ratio.

If the candidate consists of a consortium or any other group of legal persons and/or public entities, the above documents shall be provided for each of the legal persons and/or public entities and if relevant from its supporting entities. A candidate which bases its request on the economic and financial standing of other entities must provide the above documentation for each entity. Candidates are entitled to refer Femern A/S to obtain the documentation itself if the relevant information can be accessed directly via national databases.

A candidate or tenderer can prove its economic and financial standing by means of any other document which Femern A/S deems to be appropriate where the candidate or tenderer is unable to present the documents requested by Femern A/S for a valid reason.

Minimum level(s) of standards possibly required:

As a minimum requirement, an equity to total assets ratio is required of at least 15 % in each of the last 3 financial years.

The equity to total assets ratio is calculated as the operator’s total equity divided by the operator’s total assets, calculated as a percentage. The equity to total assets ratio is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the candidate relies on the capacity of other entities, the equity to total assets ratio is calculated as the candidate's and such other entities’ total equity divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the equity to total assets ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in Section IV.B of the ESPD.

As a minimum requirement, a total annual turnover of at least 4 600 000 EUR is required in each of the 3 latest annual reports/financial statements available. If the candidate relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the 3 latest annual reports/financial statements available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the 3 latest annual reports/financial statements available. The information is to be stated in Section IV.B of the ESPD.

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

The candidate must submit the ESPD with the following information:

A list of the 5 most significant comparable services, see Sections II.1.4) and II.2.4), that the candidate has carried out in the latest 3 years before the expiry of the deadline for application.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see Section II.2.9). Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services set out in Sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient).

When indicating the date of the delivery, the tenderer is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a Framework Agreement, the candidate is asked to indicate the specification of the date.

No more than 5 references for deliveries should be listed in the ESPD. If the request contains more than 5 references only the first 5 references will be taken into account. References included in the candidate’s own ESPD will in this respect be considered the first 5 references.

In the event that the candidate is a group of economic operators or a temporary association (consortia, joint venture or the like) the references from the leading operator will be considered the first 5 references. In the event that this provision do not determine the first 5 references Femern A/S will draw lots to elect the first 5 references (candidates will not be allowed to supervise the draw).

The ESPD serves as provisional documentation for the candidate's compliance with the selection criterion, see Section II.2.9).

Before the decision to award the contract is made, the tenderer to whom the Contracting Entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

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 contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention No 94 on labour clauses in public contracts and Circular No 9471 of 30.6.2014.

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: 20/08/2019
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:
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

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:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the Contracting Entity, see the address set out in Section I.3). The tendering procedure may be accessed under the tab ‘Ongoing public procedures’. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must be by way of the electronic tendering system. Questions must be submitted not later than 7.8.2019. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by email: dksupport@eu-supply.com or telephone (+45)70208014. The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in Section 148(1) Paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate/tenderer relies. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications. The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in Sections 135 and 136 of the Danish Public Procurement Act, and the grounds for exclusion set out in Section 137(1), Para (2) of the Danish Public Procurement Act, unless the candidate has submitted sufficient documentation of its reliability in accordance with Section 138 of the Danish Public Procurement Act. Before the decision to award the contract is made, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to Sections 151-152, cf. Section 153 of the Danish Public Procurement Act. The contract shall be in force until the fixed link across Fehmarn Belt is delivered, which constitute an estimated term of 10 years. As stated above in Clauses II.2.4 and II.2.11, Sund and Bælt Holding A/S and their present and future affiliated companies can purchase licenses under this contract by. Thus, the estimated volume of licenses under the contract is subject to uncertainty. Sund and Bælt Holding A/S (a parent company of Femern Bælt A/S) and its affiliated present and future companies must be able to purchase licenses under the contract. As regards Section II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including the price of all services ordered during the contract period. Due to the expected duration of the contract the total amount is estimated under some uncertainty especially related to the variable services under the contract. As regards Section II.2.9) it should be noted that each candidate may only submit one application for pre-qualification. The Contracting Entity may use the procedure of Section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement 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://klfu.naevneneshus.dk/

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

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see Section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with Section 2(1), Para (1) of the Act and Section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see Section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

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 candidates concerned that a contract based on a Framework Agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;

3) 6 months after the Contracting Entity entered into a Framework Agreement calculated from the day after the day when the Contracting Entity notified the candidates and tenderers concerned, see Section 2(2) of the Act and Section 171(4) of the Danish Public Procurement Act;

4) 20 calendar days calculated from the day after the Contracting Entity has submitted notification of its decision, see Section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must 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 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see Clause 12(1) of the Act.

The email 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 www. erhvervsstyrelsen.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:
15/07/2019

Send til en kollega

0.047