23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 167-408966
Offentliggjort
30.08.2019
Udbudstype
Udbud efter forhandling

Udbyder

Vejdirektoratet (The Danish Road Directorate)

Opdateringer

Rettelse
(20.09.2019)

III.1.3)
Placing the text to be modified:Technical and professional ability
instead of:
For groups of operators (e.g. a consortium), the information is requested to be submitted for each participating operator in the group as the contract references of the group as a whole must meet the minimum requirement.
Read:
For groups of operators (e.g. a consortium), the information is requested to be submitted for each participating operator in the group that contributes to this selection criterion with one or more of the required contract references, as the contract references of the group as a whole must meet the minimum requirement.

II.2.9)
Placing the text to be modified:Information about the limits on the number of candidates to be invited
instead of:
Limitation of the number of applicants invited to tender will take place after assessment of which applicants have the most relevant contract references, cf. Clause III.1.3) in relation to the description of the contract tendered in Clause I.5), II.1.4), II.1.5) and II.2.4).
Read:
If the number of applications that meet the minimum requirements exceeds the limit stated above, applicants who are not affiliated corporately are selected. Limitation of the number of applicants invited to tender will take place after assessment of which applicants have the most relevant contract references, cf. Clause III.1.3) in relation to the description of the contract tendered in Clause I.5), II.1.4), II.1.5) and II.2.4).

Annullering
(08.10.2019)

The applicant must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1) (i-iii) 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 applicant relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the applicant relies. Reference is made to the contracting authority's ESPD guide.
The applicant will be excluded from participation in the tender procedure if the applicant 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) (No 2) of the Danish Public Procurement Act, unless the applicant 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 authority 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.
As regards section II.1.5), 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 options.
Questions and answers will be posted on the Road Directorate's website: http://lp.vejdirektoratet.dk/EN/roadsector/supplierportal/Pages/ongoingtenders.aspx under "Procurement of an Asset Management System for the Danish Road Directorate". See description in Provisions on Procurement and Tendering (PPT), section 4.

Procurement of an Asset Management System for the Danish Road Directorate


Vejdirektoratet (The Danish Road Directorate)

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Vejdirektoratet (The Danish Road Directorate)
Guldalderen 12, Fløng
Hedehusene
2640
Denmark
Contact person: Therese Juul
Telephone: +45 72443388
E-mail: tle@vd.dk
NUTS code: DK

Internet address(es):

Main address: http://vd.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://lp.vejdirektoratet.dk/EN/roadsector/supplierportal/Pages/ongoingtenders.aspx
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=cpzaogbewm
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 maintenance of the Danish state roads

Section II: Object

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

Procurement of an Asset Management System for the Danish Road Directorate

II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description:

The Danish Road Directorate (DRD) is responsible for the planning, the operation, the development and the maintenance of the Danish national road network consisting of 3 700 kilometers of roads and 2 500 structures. The purpose of asset management is to maintain the invested capital where an efficient process require a well supporting it-system. DRD intends to carry through a tender with the objective to procure a new asset management system as a substitution of the current self developed systems.

The Danish Road Directorate therefore wish to enter into a contract concerning delivery, adjustment, implementation, maintenance and support of an asset management system delivered as software as a service (SaaS).

II.1.5) Estimated total value
Value excluding VAT: 50 000 000.00 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)
48100000
72000000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

The contract concerns a standard Asset Management System (AMS). The Customer will subscribe to the supplier’s SaaS services after covering operation, maintenance and support.

The SaaS subscription includes:

— the use of the AMS Software including any adjustment,

— the SaaS based solution description,

— maintenance and support,

— operation,

— the infrastructure capacity and resources needed to operate the AMS,

— in accordance with the SLA’s.

In the course of performing the contract, the supplier shall deliver a Standard asset management system (AMS) including Adjustment made to the system to fulfil all the requirements set out in the tender documents, including but not limited to integration to the customer’s other systems.

The contract covers the implementation of the customers assets related to structures and pavements in the asset management system. Moreover, the AMS will be extended to cover all other road related assets, however these assets are not implemented as a part of the initial delivery.

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: 50 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

2 x 12 months.

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

Limitation of the number of applicants invited to tender will take place after assessment of which applicants have the most relevant contract references, cf. Clause III 1.3) in relation to the description of the contract tendered in Clause I.5), II.1.4), II.1.5) and II 2.4).

In the assessment of the relevance of the contract references, it shall be taken into account that customer, content and size are comparable with the contract put out for tender.

In this assessment it will be considered positive to which degree the submitted contract references contain the following elements/characteristics:

— the customer in the contract reference operates within road infrastructure,

— the contract concerns road related asset types,

— the contract concerns delivery of a system containing interfaces (API),

— the contract concerns Software as a Service (SaaS) including operations, maintenance and support,

— the contract included the applicant providing strategic counseling concerning asset management.

If less than 5 applicants meet the minimum requirements, the DRD will choose the number of applicants that do meet the minimum requirements and are suitable.

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

Applicants shall submit information about:

— the total turnover of the company for the 3 past financial years (or as long as the company as existed if that period is shorter than 3 years),

— equity of the company for the past financial year.

The information must be documented by an auditor’s report or copy of annual accounts.

If the applicant is an association of companies, particulars shall be provided for each company, in that the total sum of the net revenue of the companies shall meet the minimum requirement.

If the applicant is an association of companies, an authorisation shall be provided for a person, who will be authorised to sign for the association. All companies participating have joint and several liability for the performance of the contract.

If the applicant is dependent on the capabilities of others (e.g. subcontractors or other entities of the group), the applicant shall prove that the applicant disposes of the resources necessary from these other entities. This shall be done by the producing of commitment from these entities by way of a statement of joint and several liability.

No further information is requested about other subsuppliers planned for, on whose economic and financial capability the applicant is not based with regard to meeting the minimum requirement.

Minimum level(s) of standards possibly required:

— a total turnover of at least 30 000 000 DKK in each of the 3 past financial years (or as long as the company as existed if that period is shorter than 3 years),

— an equity of at least 5 000 000 DKK for the past financial year.

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

Submission of a list of 3 of the applicants most significant equivalent contract references, see Section II.1.4) and II.2.4), II.1.5), carried out (commenced, in progress or completed) by the applicant in the course of the last 5 years from the date stated in IV.2.2).

If more than 3 contract references is submitted, the DRD will only take the first 3 on the list into account in the assessment.

The requirement for references has been extended from 3 to 5 years to ensure sufficient competition, as the DRD has assessed that only a limited number of similar tasks have been carried out within the last 3 year period.

The DRD would prefer that the description of the contract references includes the following information:

— project/contract name,

— a short description of the content of the contract and the role undertaken by the applicant in connection with its performance (including the value of the part of the task for which the applicant was responsible, and information about the applicant's professional contribution to the project),

— name and brief description of customer (including contact details),

— contract sum,

— time of performance of the contract.

For groups of operators (e.g. a consortium), the information is requested to be submitted for each participating operator in the group as the contract references of the group as a whole must meet the minimum requirement.

If the applicant relies on the capacity of other entities (such as subcontractors, a parent company or sister company, etc. or other entities in the group), regardless of the legal nature of the links between the applicant and such other entities, the applicant must provide proof that the applicant has at its disposal the necessary resources from such other entities by producing an undertaking from such entities regarding their obligations in this respect. It must be documented that the entities in question are legally bound towards the applicant. Failing this, the contracting authority will not take into account the capacity of other entities. The contracting authority has drawn up a template for the undertaking of support that the applicant may use.

Minimum level(s) of standards possibly required:

The applicant must have at least 3 contract references concerning delivery and adjustment of a standard SaaS-based asset management system to an infrastructure authority and/or infrastructure supplier.

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:
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
Notice number in the OJ S: 2019/S 065-150622
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2019
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 07/10/2019
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: 9 (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
VI.3) Additional information:

The applicant must submit as its application an ESPD as preliminary documentation of the circumstances set out in Section 148(1) (i-iii) 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 applicant relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the applicant relies. Reference is made to the contracting authority's ESPD guide.

The applicant will be excluded from participation in the tender procedure if the applicant 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) (No 2) of the Danish Public Procurement Act, unless the applicant 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 authority 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.

As regards Section II.1.5), 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 options.

Questions and answers will be posted on the Road Directorate's website: http://lp.vejdirektoratet.dk/EN/roadsector/supplierportal/Pages/ongoingtenders.aspx under ‘Procurement of an Asset Management System for the Danish Road Directorate’. See description in provisions on procurement and tendering (PPT), Section 4.

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

Internet address: www.klfu.dk

VI.4.2) Body responsible for mediation procedures
The is no official mediation authority in Denmark
Ingen.
Denmark
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

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
28/08/2019

Send til en kollega

0.047