Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Дании


Engineering services (примерный перевод: услуги Инжиниринг) (Дания - Тендер #6371786)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: DSB
Номер конкурса: 6371786
Дата публикации: 20-01-2020
Сумма контракта: 396 980 627 (Российский рубль) Цена оригинальная: 50 000 000 (Датская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  1. Section I
    1. Name and addresses
      DSB
      Telegade 2
      Taastrup
      2630
      Denmark
      Telephone: +45 24687852
      E-mail: vast@dsb.dk
    2. Joint procurement
    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=258708&B=DSB
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=258708&B=DSB
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Railway services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Consultancy Services for Rolling Stock

        Reference number: vast 2019 Rolling stock
      2. Main CPV code:
        71300000
      3. Type of contract:
        Services
      4. Short description:

        DSB forsees consultancy support within Fremtidens Tog, Togmateriel and Koncernprojekter. DSB is currently conducting several rolling stock procurements to replace DSB’s aging fleet with new, electric rolling stock. This spans a total of 3 rolling stock procurement projects:

        — new trains (NT),

        — new coaches (NC) and acquisition of locomotives (AL),

        — managed in the Fremtidens Tog programme.

        The overall purpose of Fremtidens Tog is to procure, have delivered and implemented modern and reliable electric rolling stock towards 2030 with the least possible risk. Furthermore, DSB has 2 departments working with projects concerning the existing fleet: Togmateriel and Koncernprojekter.

        The contract is tendered as a framework agreement which is divided into 4 lots with 3 suppliers on each following lot:

        Lot 1: Technical Advisors;

        Lot 2: Maintenance;

        Lot 3: Quality Assurance and Safety;

        Lot 4: Passenger Experience.

      5. Estimated total value:
        Value excluding VAT: 50 000 000.00 DKK
      6. Information about lots:
        Tenders may be submitted for: all lots
        Maximum number of lots that may be awarded to one tenderer: 4
    2. Description
      1. Title:

        Technical Advisors

        Lot No: 1
      2. Additional CPV code(s):
        71311200, 71311230, 71318000
      3. Place of performance:
        Main site or place of performance:

        Telegade 2, 2630 Taastrup.

      4. Description of the procurement:

        Technical advisors

        Advisors with knowledge of and experience with:

        (a) general train technical knowledge (particularly within electric rolling stock);

        (b) Train IT;

        (c) LCC;

        (d) energy verification;

        (e) WTB interface;

        (f) ERTMS/ECTS;

        (g) relevant standards and regulations;

        (h) infrastructure.

        The consultants within this specialist area must possess sufficient and up-to-date knowledge to ensure that the supplier delivers rolling stock of the agreed quality.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 20 000 000.00 DKK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Two 12 months.

      8. 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:

        The shortlisting 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 references document experience with delivery of comparable, functionally and in terms of volume, services.

        In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:

        Insurance: the candidates must have professional liability insurance with an established insurance company with an insurance sum of not less than 25 000 000,00 DKK per loss.

      14. Title:

        Maintenance

        Lot No: 2
      15. Additional CPV code(s):
        71311200, 71318000, 71311230
      16. Place of performance:
        Main site or place of performance:

        Telegade 2, 2630 Taastrup.

      17. Description of the procurement:

        Maintenance

        Advisors with knowledge of and experience with:

        (a) RAMS;

        (b) KPI’s and KPI reporting;

        (c) maintenance demonstration test;

        (d) reliability demonstration test;

        (e) ECM — advisory;

        (f) maintenance management systems (implementation, test and use);

        (g) processes.

        Consultants within this specialist area must have the necessary knowledge to support both a partly outsourced rolling stock maintenance (AL), in-house maintenance (NC) and fully outsourced maintenance (NT).

      18. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      19. Estimated value:
        Value excluding VAT: 10 000 000.00 DKK
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Two 12 months.

      21. 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:

        The shortlisting 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 references document experience with delivery of comparable, functionally and in terms of volume, services.

        In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: no
      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. Additional information:

        Insurance: the candidates must have professional liability insurance with an established insurance company with an insurance sum of not less than 15 000 000,00 DKK per loss.

      27. Title:

        Quality Assurance and Safety

        Lot No: 3
      28. Additional CPV code(s):
        71311230, 71311200, 71318000
      29. Place of performance:
        Main site or place of performance:

        Telegade 2, 2630 Taastrup.

      30. Description of the procurement:

        Quality assurance and safety

        Advisors with knowledge of and experience with:

        (a) test and inspection;

        (b) auditing of quality management systems in the train manufacturing industry;

        (c) review of plans, schedules, reports, documents, vehicle files, etc.;

        (d) ECM — auditing;

        (e) monitoring of authority approval processes.

        Consultants within this competence area must have the necessary, relevant and up-to-date knowledge in order to ensure that the rolling stock procured will be fully compliant with all relevant rules, regulations and standards. Also, the consultants must adhere to DSB Safety Management System (SLS).

      31. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      32. Estimated value:
        Value excluding VAT: 10 000 000.00 DKK
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Two 12 months

      34. 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:

        The shortlisting 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 references document experience with delivery of comparable, functionally and in terms of volume, services.

        In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

      35. Information about variants:
        Variants will be accepted: no
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. Additional information:

        Insurance: the candidates must have professional liability insurance with an established insurance company with an insurance sum of not less than 15 000 000,00 DKK per loss.

      40. Title:

        Passenger Experience

        Lot No: 4
      41. Additional CPV code(s):
        71311200, 71318000, 71311230
      42. Place of performance:
        Main site or place of performance:

        Telegade 2, 2630 Taastrup.

      43. Description of the procurement:

        Passenger experience

        Advisors with knowledge of and experience with:

        (a) industrial design;

        (b) ergonomy and human factors;

        (c) work environment;

        (d) traffic information.

        Consultants within this specialist area must possess the necessary, relevant and updated knowledge in order to ensure that the rolling stock will present itself in a welcoming, pleasant manner to the passengers, thus helping to achieve a satisfying passenger experience.

      44. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      45. Estimated value:
        Value excluding VAT: 10 000 000.00 DKK
      46. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Two 12 months.

      47. 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:

        The shortlisting 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 references document experience with delivery of comparable, functionally and in terms of volume, services.

        In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

      48. Information about variants:
        Variants will be accepted: no
      49. Information about options:
        Options: no
      50. Information about electronic catalogues:

      51. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      52. Additional information:

        Insurance: the candidates must have professional liability insurance with an established insurance company with an insurance sum of not less than 15 000 000,00 DKK per loss.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
      2. Economic and financial standing:
        List and brief description of selection criteria:

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

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

        If the candidate relies on the economic and financial capacity of other entities, the contracting entity may require that the candidate and the entities in question undertake joint and several liability for the performance of the contract.

        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:

        Equity: the operator"s balance sheets or extracts from balance sheets in the 3 most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

        Turnover in the latest 3 years: A statement regarding the operator"s total turnover in the 3 most recent annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

        Minimum level(s) of standards possibly required:

        Equity: as a minimum requirement, an equity is required of at least 0 DKK in the 3 most recent annual report/financial statement available. If the candidate relies on the capacity of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the 3 most recent financial year available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.

        Turnover in the latest 3 years: as a minimum requirement, a total annual turnover of at least 23 000 000 DKK 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.

      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 3 most significant comparable services, see Sections II.1.4) and II.2.4), that the candidate has carried out in the last 10 years before the expiry of the tender deadline.

        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 event of an ongoing task, only the part of the services already having been 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 delivery performed. The delivery description 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), date of delivery and name of the customer (recipient).

        When indicating the date of the delivery, the candidate 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 candidate is asked to specify the circumstances of the date in the description.

        No more than 3 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium).

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

        The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional capacity, see Section III.1.3.

        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.

        A maximum of 3 references is allowed and the references should not be more than 10 years old measured from the end of the reference project. Each reference must not exceed 1 A4 page. If a reference exceeds 1 A4 page, DSB will only read and evaluate upon the first A4 page.

        For each reference the following must be stated:

        — basic facts: project size, duration, industry and country,

        — client issue,

        — services provided,

        — hours billed,

        — which phase(s) compared to DSB’s phase 4-5 the said reference covers,

        — the applicant’s role in the project: whether the work has been conducted as part of a consortium or as a subsupplier,

        — applied method,

        — deliverables: results delivered to the client,

        — a person of reference from the client that DSB can contact for further information (to the degree possible).

      4. Information about reserved contracts:
      5. Deposits and guarantees required:
      6. Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

        Financing conditions and payment arrangements will be stated in the procurement documents.

        Reference is furthermore made to the electronic invoicing required and the option of ordering electronically pursuant to (Consolidated) Act No 798 of 28.6.2007 about payment to public authorities, etc., as amended. The consolidated act is available (in Danish) at www.retsinformation.dk

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

        No specific legal form is required.

        If the order is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.

    2. Conditions related to the contract:
      1. Information about a particular profession:

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Restricted procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operatorsEnvisaged maximum number of participants to the framework agreement: 12
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
      An electronic auction has been used
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2020-02-18
      Local time: 08:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      Tender must be valid until: 2020-09-30
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
      Electronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      Insurance: the candidates must have professional liability insurance with an established insurance company with an insurance sum of not less than 25 000 000,00 DKK per loss.

    4. Procedures for review
      1. Review body
        Klagenævnet for Udbud
        Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405708
        E-mail: klfu@naevneneshus.dk
        Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
      2. Body responsible for mediation procedures

      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 if the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para. (1) of the 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 tenderers concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification includes an explanation of the relevant grounds for the decision;

        3) 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 2(2) of the 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 within 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

      4. Service from which information about the review procedure may be obtained

        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 if the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para. (1) of the 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 tenderers concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification includes an explanation of the relevant grounds for the decision;

        3) 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected applicants and tenderers, see section 2(2) of the 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 within 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

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsens Vej 35
        Valby
        2500
        Denmark
        Contact person: 2500
        Telephone: +45 41715000
        E-mail: kfst@kfst.dk
        Internet address: http://www.kfst.dk
    5. Date of dispatch of this notice
      2020-01-16

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Дания

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2024, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru