23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 222-462327
Offentliggjort
18.11.2017
Udbudstype
Offentligt udbud

Indlevering af tilbud

Til
12.01.2018 Kl. 14:00

Udbyder

Banedanmark

FTN Passive Materials Tender NF/SI/0275


Banedanmark

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Banedanmark
18632276
Amerika Plads 15
Copenhagen Ø
2100
Denmark
Contact person: Thomas Michael Brinch-Pedersen
E-mail: ftn-tenders@bane.dk
NUTS code: DK0

Internet address(es):

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

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://banedktenderplan.tricommerce.dk/#/list/current/details/BDK00087
Additional information can be obtained from the abovementioned address
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:

 

NF/SI/0275 FTN Passive Materials Tender.

 

Reference number: NF/SI/0275
II.1.2) Main CPV code
32000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

Banedanmark wishes to enter into a framework agreement on delivering Fixed Transmission Network materials. Reference is made to a more detailed description in section II.2.4.

 

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)
32522000
32562000
44141000
44322300
44163240
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

 

The FTN (Fixed Transmission Network) Passive project in Banedanmark handles 2 deliverables:

— Redesign of the existing fiber network (approx. 1 200 km),

— Renewal of the fiber infrastructure (approx. 700 km).

To ensure that the current fibre infrastructure can accommodate the future requirements from several different projects within Banedanmark in the period 2018-2022 it is necessary to improve and expand the current infrastructure throughout Denmark.

The renewal of the infrastructure will ensure a change from a directly buried fibre infrastructure to a system using a number of tubes as installation medium. This change ensures a long life and flexible solution which is deemed the standard solution in Banedanmark for new installations.

This renewal is not covering Banedanmark at all places in Denmark. A redesign or modification will ensure that the existing directly buried fibre infrastructure can be used effectively towards the require purposes.

Implementation of the redesign and renewal will ensure a strong basis for the future deployment of the Banedanmark high priority project and programs.

Based on this, the Signalling Programme and Banedanmark Technical Department have developed a proposal for an overall plan and investment framework for the establishment of the fibre cable system on 38 sections of rail-road track (1 866 km railway). The plan covers the need for technical modernization of an outdated system as well as critical needs for supporting the Signalling Programme.

 

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
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:

 

Option to extend 3 x 12 month.

 

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:

 

The tenderer must submit the European Single Procurement Document (‘ESPD’) part IV ‘Selection criteria’, paragraph B ‘Economic and financial capacity with the following information’:

The tenderer's equity ratio in the last financial year available.

The ESPD serves as provisional documentation that the tenderer 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 authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

When required by Banedanmark, the tenderer must submit the following documentation of economic and financial capacity:

A statement regarding the operator's equity and assets in the last financial year available, depending on the date on which the operator was established, as far as the figures for equity and assets are available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group. If the operator relies on the economic and financial capacity of other entities (e.g. a parent company, sister company or a sub-contractor), the information must be submitted for these entities also.

Where an operator relies on the capacity of other entities (e.g. a parent company, sister company or a subcontractor), regardless of the legal nature of the links between the operator and such other entities, the operator must include documentation in its tender that it will have at its disposal the resources necessary for the performance of the contract by producing an undertaking of support or other documentation that the tenderer has in fact at its disposal the required economic and financial capacity. It must be documented that the entity in question is legally obliged to the tenderer.

 

Minimum level(s) of standards possibly required:

 

As a minimum requirement, an equity ratio is required of at least 30 % in the last financial year available. The equity ratio is calculated as the operator's total equity divided by the operator's total assets, calculated in per cent. The equity ratio is thus calculated as (total equity / total assets) x 100 = equity ratio. If the tenderer relies on the capacity of other entities, the equity ratio is calculated as the tenderer's and such other entities' total equity divided by their total assets, calculated in per cent. For groups of operators (e.g. a consortium), the equity ratio is calculated as the total equity of the operators divided by their total assets, calculated in per cent. 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 tenderer must submit the European Single Procurement Document (‘ESPD’) part IV ‘Selection criteria’, paragraph C ‘Technical and professional capacity’ with the following information:

A list (no more than 5) of the most significant comparable supplies (references), see sections II.1.4) and II.2.4) that the tenderer has carried out in the last [3] years before the expiry of the tender deadline depending on when the tenderer was set up or started trading.

Only references relating to supplies carried out at the time of submission of tender will be given importance in the evaluation of which candidates have documented the most relevant deliveries.

When indicating the date of the delivery, the tenderer is requested to indicate the date when the delivery was commenced and finalised. If that is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the tenderer is asked to indicate in the description of the delivery how the date is specified.

If more than 5 references are stated, only the first 5 references will be taken into account. Any additional references will be disregarded.

If the tenderer relies on the educational and professional qualifications or professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such specific parts of the services under the contract must be performed by the entity on which the tenderer relies.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity.

Before the decision to award the contract is made, the tenderer to whom the contracting authority 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 tenderer. However, the contracting authority reserves the right to contact the tender or the customer indicated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

 

Minimum level(s) of standards possibly required:

 

The tenderers references must shows relevance to the following areas (Not all areas have to be present for each reference):

o Delivery of minimum 180 000 meter microduct band equivalent to the 20/15 tube band (or similar microduct solution) described in Appendix 1 within a 12 months period,

o Delivery of minimum 300 000 meter HDPE tubes equivalent to the 40/32 tube described in Appendix 1 within a 12 months period,

o Delivery to a single project with similar tubes for more than 3 consecutive years,

o Delivery of minimum 300 wells of equivalent type within a 12 months period,

o Delivery of minimum 10 000 meter casing tube of either 140, 160 or 180 diameter within a 12 months period,

o Delivery of 400 000 meter 24 fiber non-armored fiber for blowing within a 12 months period,

o Delivery of minimum 400 000 meter 48 fiber non-armored fiber for blowing within a 12 months period.

 

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:

 

It is stated in the tender material.

 

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

 

If the contract is awarded to an association of entities (e.g. a consortium), the members of the association must assume joint and several liability and point out a joint attorney.

 

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

If the contract is awarded to an association of entities (e.g. a consortium), the members of the association must assume joint and several liability and point out a joint attorney.

 

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 12/01/2018
Local time: 14:00
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
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: 12/01/2018
Local time: 14:00
Place:

 

The tenderers are not authorized to attend the opening of the tenders.

 

Information about authorised persons and opening procedure:

 

The tenderer's are not authorized to attend the opening of the 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 tenderer must submit with 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 tenderer relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies. Reference is made to the tender conditions section 4.1 and 4.2.

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 (3), of the Danish Public Procurement Act, c.f. the implemented executive clause 11.

In the event of changes in the tenderer's structure the provisions of section 147 in the Danish Public Procurement Act, is fully applicable.

With regard to 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 options. The estimate is based on expected use the coming years.

This call for tenders is conducted on thesubject to the achievement of the necessary funding basis.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

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)(i) 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 authority has published a notice in the Official Journal of the European Union that the contracting authority 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 authority 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 authority entered into a framework agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) 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 authority 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 e-mail 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:www.kfst.dk

VI.5) Date of dispatch of this notice:
16/11/2017

Send til en kollega

0.047