SB is in demand of an overall assessment body (AsBo) for the program “Future S-network” (FS). Assessor must ensure an independent assessment of the suitability of both the application of the risk management process and of its results, as given in Article 6, Commission Implementing Regulation (EU) No 402/2013 of 30 April 2013 on the common safety method for risk evaluation and assessment and repealing Regulation (EC) No 352/2009.
Deadline
Fristen for modtagelse af bud var på 2021-11-15.
Indkøbet blev offentliggjort på 2021-10-15.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Overall Safety Assessment Future S-network
Produkter/tjenester: Risikovurdering i forbindelse med bygge- og anlægsarbejder📦
Kort beskrivelse:
“SB is in demand of an overall assessment body (AsBo) for the program “Future S-network” (FS). Assessor must ensure an independent assessment of the...”
Kort beskrivelse
SB is in demand of an overall assessment body (AsBo) for the program “Future S-network” (FS). Assessor must ensure an independent assessment of the suitability of both the application of the risk management process and of its results, as given in Article 6, Commission Implementing Regulation (EU) No 402/2013 of 30 April 2013 on the common safety method for risk evaluation and assessment and repealing Regulation (EC) No 352/2009.
Vis mere
Anslået værdi uden moms: DKK 25 000 000 💰
1️⃣
Yderligere produkter/tjenester: Risikovurdering i forbindelse med bygge- og anlægsarbejder📦
Sted for udførelsen: Hovedstaden🏙️
Hovedsted eller sted for udførelsen: Høje Taastrup
Beskrivelse af udbuddet:
“SB is in demand of an overall assessment body (AsBo) for the program “Future S-network” (FS). Assessor must ensure an independent assessment of the...”
Beskrivelse af udbuddet
SB is in demand of an overall assessment body (AsBo) for the program “Future S-network” (FS). Assessor must ensure an independent assessment of the suitability of both the application of the risk management process and of its results, as given in Article 6, Commission Implementing Regulation (EU) No 402/2013 of 30 April 2013 on the common safety method for risk evaluation and assessment and repealing Regulation (EC) No 352/2009.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 75 %
Pris (justeringskoefficient): 25 %
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 32 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 180
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of candidates invited to the tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of candidates invited to the 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 Agreement, see the description in sections II.1.4) and II.2.4).
The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services on the basis of the following listed criteria:
- Experience as Overall Assessor with assessment on a system level. (30%)
- Experience as Overall Assessor managing assessments from other assessors on subsystem level as part of the system integration assessment on system level. (10%)
- Experience with assessment of fully automated and driverless systems (automated infrastructure and driverless trains) from programs/projects equivalent to the program future S-network. This experience must originate from the conversion of existing railway systems (brownfield). (40%)
- Experience with assessment in a Danish context including collaboration with the Danish National Safety Authority knowledge of Danish legislation and executive orders for infrastructure and rolling stock, knowledge of Danish norms and standards from the infrastructure manager Banedanmark and knowledge of the current operation and traffic management of the S-network. (20%)
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“Candidates must be accredited in accordance with art. 7 in: COMMISSION IMPLEMENTING REGULATION (EU) No 402/2013 of 30 April 2013 on the common safety method...”
Liste og kortfattet beskrivelse af betingelserne
Candidates must be accredited in accordance with art. 7 in: COMMISSION IMPLEMENTING REGULATION (EU) No 402/2013 of 30 April 2013 on the common safety method for risk evaluation and assessment and repealing Regulation (EC) No 352/2009, paragraph 1, liter a.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the ESPD with the following information:
A list of the 5 most significant comparable services (references), see sections II.1.4)...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the ESPD with the following information:
A list of the 5 most significant comparable services (references), see sections II.1.4) and II.2.4), that the candidate has carried out in the last 3 years before the expiry of the application deadline.
References can be attached to the ESPD as a separate document.
Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.
Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the delivered services and how the delivered services are comparable (section II.2.9) with the services described in sections II.1.4) and II.2.4). 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 of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate the specification of the date.
No more than 5 references 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).
The ESPD serves as provisional documentation that the candidate's compliance with the selection criterion, see section II.2.9).
Before the decision to award the contract is made, the tenderer to whom DSB 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 con-tact 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.
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Financing conditions and payment arrangements will be stated in the procurement documents.
Reference is furthermore made to the electronic invoicing...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
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 June 2007 about payment to public authorities, etc., as amended. The consolidated act is available (in Danish) at www.retsinformation.dk.
Vis mere
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“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...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
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.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Beskrivelse
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år:
“- “Future S-network” is based on a long time horizon, and the Supplier must be commited to the same time horizon to ensure, that responsibility and...”
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år
- “Future S-network” is based on a long time horizon, and the Supplier must be commited to the same time horizon to ensure, that responsibility and liability are anchored.
- “Future S-network” relates to the procurement of long time assets with high-risk and high-cost
- Risk of large loss of knowledge
- Risk that a new supplier (assessor) does not approve a previous assessment
Vis mere Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-11-15
13:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 3
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Der vil blive anvendt elektronisk bestilling
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure may be accessed under the tab "Ongoing public invitations to tender". For access to the procurement docu-ments, the candidate must be registered or register as a user.
-
If the application contains several versions of the same document, the latest uploaded version will apply.
-
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
-
Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
-
-o0o-
-
The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate relies.
The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications.
-
-o0o-
-
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Order on Implementation (implementeringsbekendtgørelsen).
In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety.
-
-o0o-
-
As regards sections II.1.5) and II.2.6), it should be noted that the estimated value of the framework agreement is DKK 20-30 million. The range indicated is based on the uncertainty as to the final value of the framework agreement. The lower limit of the range thus expresses DSB’s estimate of the framework agreement’s expected minimum value of all Services delivered in the term of the Agreement, whereas the upper limit of the range is an expression of the expected maximum value of all Services delivered in the term of the Agreement. DBS’s expectations based on the most likely amount of business on the Agreement are thus taken into account, as well as the expected uncertainty of this estimate.
As regards the lower limit, it is emphasised that the tenderers are not guaranteed any minimum business on the Agreement; the estimate indicated is therefore not an acceptance on the part of DSB of a minimum amount of business on the Agreement.
DSB’s estimate is based on the expected workload in the term of the framework agreement compared to DSB's insight into the relevant market prices.
-
It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement, i.e. also if the specific turnover deviates from the estimates, both up and down.
-
-o0o-
-
As regards section II.2.9) it should be noted that each candidate may only submit one application for prequalification.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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 submis-sion of notification to the candidates concerned of the identity of the successful tenderer where the notifi-cation 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 Euro-pean 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 can-didates concerned that a contract based on a framework agreement with reopening of competition or a dy-namic 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 Procure-ment, 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 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 https://klfu.naevneneshus.dk/
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2021/S 204-534413 (2021-10-15)
Bekendtgørelse om indgåede kontrakter (2022-03-09) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 25 000 000 💰
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 204-534413
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Overall Safety Assessment Future S-network
Dato for indgåelse af kontrakten: 2022-03-08 📅
Oplysninger om udbud
Antal modtagne bud: 4
Navn og adresse på kontrahenten
Navn: Ricardo Certification Denamrk ApS
Nationalt registreringsnummer: 36893885
Postadresse: Høffdingsvej 34
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Region: Hovedstaden🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 25 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 25 000 000 💰
Kilde: OJS 2022/S 051-134044 (2022-03-09)