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


Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment (Дания - Тендер #47067770)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: Banedanmark
Номер конкурса: 47067770
Дата публикации: 13-10-2023
Сумма контракта: 1 683 197 858 (Российский рубль) Цена оригинальная: 212 000 000 (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
2023101020231110 14:00Utilities entityContract noticeServicesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderOther01G0501
  1. Section I
    1. Name and addresses
      Banedanmark
      Carsten Niebuhrs Gade 43
      København V
      1577
      Denmark
      Telephone: +45 50419042
      E-mail: LRJS@BANE.dk
    2. Joint procurement
    3. Communication
      Access to the procurement documents is restricted. Further information can be obtained at
      http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=379443&B=BANEDANMARK
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=379443&B=BANEDANMARK
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Other activity: Railway transport services and Infrastructure Manager/ Infrastructure Owner
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Contract regarding Operation and Maintenance of GSM-R

        Reference number: 2023-10988
      2. Main CPV code:
        50300000
      3. Type of contract:
        Services
      4. Short description:

        The scope of this tender is operation and maintenance of the GSM network based on Nokia equipment. The main services are:

        A) Transition in including knowledge transfer from incumbent supplier

        B) Operation including onsite repair

        C) Preventive Maintenance on equipment, masts and facilities

        D) Warehouse Services including management of spare part stock

      5. Estimated total value:
        Value excluding VAT: 212 000 000.00 DKK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        32510000, 32522000, 32523000, 32524000, 50312310, 50330000, 50331000, 50332000, 50334400, 51300000, 64200000, 64210000
      3. Place of performance:
        Main site or place of performance:

        Denmark

      4. Description of the procurement:

        I. Background and Purpose:

        Banedanmark is an agency under the Ministry of Transport in Denmark. Banedanmark is responsible for maintaining, renewing and expanding the railway so that the railway has a condition and capacity to meet the current and future needs for running trains. Banedanmark operates a 3476 km & 300 station railway network with a complex data & telecommunications network enabling connectivity of operational technical railway systems.

        Banedanmark’s GSM network is based on the GSM-R standard which is an international wireless communications standard for railway communication and applications built on GSM technology. Purpose of this tender is to ensure a stable operation of the GSM-R network during the term of the contract.

        II. Current setup

        The current scope is that the Supplier must provide operation and maintenance of the GSM network based on Nokia, which includes:

        • More than 400 sites, consisting of masts, foundations, antennas, mast brackets and antenna cabling, couplers, amplifiers, cabinets and grounding.

        • BSC’s and BTS’s

        • MSC

        • IN Switch

        • Dispatcher Switch

        • Voice recording equipment

        • Servers and databases

        • GPRS

        • Dispatcher workstations (approx. 75 in the whole country)

        III. Main services

        The main services are the following:

        A) Transition in

        B) Operation

        C) Preventive Maintenance

        D) Warehouse Service

        and embedded in these GSM-R network specific services are standard services like reporting, status meetings, documentation and more.

        Ad main service A):

        The purpose of transition in is to enable the Supplier to take over responsibility for the supply of Operation, Preventive Maintenance and Warehouse Services. Part of this will be knowledge transfer from incumbent supplier. It is essential to the Customer that Transition In is implemented with the least possible interruptions to the Customer’s business activities.

        Ad main service B):

        The Supplier shall operate the entire GSM-R network including hardware, operating systems, databases and other middleware and applications. Operation shall be performed in accordance with manufacturer instructions and system documentation provided by Customer. The Supplier shall troubleshoot and subsequently remediate faults in the GSM-R network in accordance with incident priority and service levels. SIM card administration is also a part of this service. Railway safety procedures and IT security requirements are embedded in this service.

        Ad main service C):

        The Supplier shall ensure that the GSM-R network is always maintained in accordance with the customers applicable standards, manufacturers recommendations and Best Practices. This means that the GSM-R network must be periodically inspected by the Supplier during the operational phase. Through preventive maintenance, the supplier shall ensure remediation of defects and other conditions that may or will cause operational disruptions or adversely impact the GSM-R network in the short or long term. Railway safety procedures and IT security requirements are embedded in this service.

        Ad main service D):

        Warehouse services shall be provided by the Supplier and this is to ensure rapid response, rectification of hardware defects, etc. in the GSM-R network. The Supplier shall as part of the warehouse services provide necessary warehouse facilities for Customer spare part stock and handle all tasks and matters related to this including registration of hardware, inventory management, reporting, audit, RMA, and assistance with purchase of additional hardware.

      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: 212 000 000.00 DKK
      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:

        The Contract can be renewed 3 times up to 12 months; however, minimum 6 months.

      8. Information about the limits on the number of candidates to be invited:
        Envisaged number of candidates: 4
        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 services, see section III.1.3), of the main services covered by the Contract, see the description in sections II.1.4) and II.2.4).

        The evaluation of the most relevant services will be made on the basis of the extent to which the references document experience with services and deliverables, which are comparable with the main services covered by the Contract.

        In the evaluation of which candidates have documented the most relevant services of comparable services, the contracting entity will award each candidate points on a scale from 1-5 for each main service specified in section II.2.4), based on the extent to which the references combined document experience with delivery of services, which are comparable with the main services covered by the Contract. On that basis, each candidate is given an overall score calculated as the average points awarded for the main services.

      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:

        Ad I.2) should be noted that it is a joint invitation to tender. BDK is the contract holder and enters into the contract on behalf of the other contracting entities listed in I.1), who via BDK can purchase services under the contract.

        Ad III.2.2) The Contract contains railway safety requirements. In certain situations, the supplier/subcontractors must comply with DS21001 or equivalent.

  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 must submit the European Single Procurement Document ("ESPD") with the following information:

        The candidate"s equity in the latest financial year available

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

        If the candidate relies on the economic and financial capacity of other entities in relation to fulfilment of the minimum requirements, see below, the contracting entity will require the candidate and the entities in question to 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 award decision is made, the tenderer to whom the contracting entity intends to award the con-tract 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 operator"s balance sheets or extracts from balance sheets in the 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.

        A statement regarding the operator"s total turnover in the three 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 three most recent annual reports/financial statements 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:

        As a minimum requirement, a positive equity is required in the most recent annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities for the last 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.

        As a minimum requirement, a total annual turnover of at least DKK 40 million is required in each of the three latest annual reports/financial statements available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three 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 three 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 5 most significant comparable services, see sections II.1.4) and II.2.4), that the candidate has carried out in the last 3 year(s) before the expiry of the application 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) and in the evaluation of whether the minimum requirements in respect of technical and professional capacity have been complied with, see below. 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 candidate is requested to indicate the date when the delivery was commenced and finalised. If this is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the candidate is asked to indicate in the description of the delivery how the date is specified.

        No more than 5 references should be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacities of other entities, or whether the candidate is a group of operators (e.g. a consortium).

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

        The ESPD serves as provisional documentation that the candidate the candidate"s compliance with the selection criterion, see section II.2.9).

        Before the award decision 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.

      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 tender documents.

        Reference is furthermore made to the electronic invoicing required and the option of electronic ordering pursuant to (Consolidated) Act no. 798 of 28 June 2007 on 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 contract 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:

        Contract performance conditions:

        In the contract, the consideration of social responsibility, as formulated in the conventions underlying the principles of the UN Global Compact and as formulated in the OECD Guidelines for Multinational Enterprises, is included to the relevant extent. In addition, contractual requirements have been imposed under ILO Convention 94 on labour clauses in public contracts and circular no. 9471 of 30 June 2014.

        The contract requires that relevant employees who perform tasks in connection with the performance of the contract must be able to be security approved.

        The contracting entity assesses that the conclusion of the contract may be subject to authorisation requirements under the Investment Screening Act (https://erhvervsstyrelsen.dk/aftaler-omfattet-af-investeringsscreeningsloven). See further in the tender specifications.

        The contract includes railway safety requirements (see II.2.14).

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    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:
      Notice number in the OJ S: 2023/S 132-422619
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-11-10
      Local time: 14:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-11-17
    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:
      (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 invoicing will be acceptedElectronic payment will be used
    3. Additional information

      Ad I.2) should be noted that it is a joint invitation to tender. BDK is the contract holder and enters into the contract on behalf of the other contracting entities listed in I.1), who via BDK can purchase services under the contract.

      Ad III.2.2) The Contract contains railway safety requirements. In certain situations, the supplier/subcontractors must comply with DS21001 or equivalent.

    4. Procedures for review
      1. Review body
        Klagenævnet for Udbud
        Nævnenes Hus, Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405600
        E-mail: klfu@naevneneshus.dk
        Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
      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 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.

        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.

        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 stand-still 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 section 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 https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

      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 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.

        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.

        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 stand-still 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 section 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 https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

        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
      2023-10-10

  • 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 © 2008-2026, 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