Tunnelbuilder Promoting the world's tunnelling industry to a huge qualified audience

View the Spanish Tunnelbuilder website View the Italian Tunnelbuilder website

Archive Search

Switzerland

Switzerland, Canton of Bern - ch/108

Railway

Closing Date: 15.10.2021 (Tender Closed)


Open invitation to tender, deadline  15/10/2021, for the doubling of track work for the Gleresse-Douanne section, Lot 2, Ligerz tunnel, railway line n. 210 Ligerz-Twann. Duration of the contract is from 02/05/2022 to  31/07/2027. Click here for tender documents (French). Offers must be sent to CFF Infrastructure, attn Maxime Bordet, Renens, email maxime.bordet@sbb.ch. Contact I-AEP-PJM-RWT-T2, attn Philippe Cornaz, Lousanne, email philippe.cornaz@sbb.ch. Visit http://ted.publications.eu.int/udl?request=Seek-Deliver&language=en&docid=429992-2021 and http://ted.publications.eu.int/udl?request=Seek-Deliver&language=en&docid=308986-2021. Ref. n. 1141901. 34/21.   


Switzerland-Lausanne: Works for complete or part construction and civil engineering work

2021 / S 117-308986

Contract notice

Works

Legal Basis:

Directive 2014/24 / EU

Section I: Contracting authority

I.1)

Name and addresses

Official name: I-AEP-PJM-RWT-T2

Postal address: Avenue de la Gare 43

Town: Lausanne

NUTS code: CH0 Schweiz / Suisse / Svizzera

Postal code: 1003

Country: Switzerland

Contact person: Philippe Cornaz

E-mail: philippe. cornaz@sbb.ch

Internet address (es):

Main address: https://www.simap.ch

I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at: http://www.simap.ch/shabforms/servlet/Search?NOTICE_NR=1201369

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted to the following address:

Official name: Swiss Federal Railways CFF Infrastructure, Purchasing, Supply Chain and production Purchasing construction projects, West Region, I-ESP-EI-BPR-RWT

Postal address: Rue de la Gare de Triage

Town: Renens

Postal code: 1020

Country: Switzerland

Contact person: Maxime Bordet

E-mail: maxime.bordet@sbb.ch

NUTS code: CH0 Schweiz / Suisse / Svizzera

Internet address (es):

Main address: https://www.simap.ch

I.4)

Type of the contracting authority

Body governed by public law

I.5)

Main activity

Other activity: Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title:

Doubling of the Gl Interest-Douanne track / Lot 2 / Ligerz Tunnel

II.1.2)

Main CPV code

45200000 Works for complete or part construction and civil engineering work

II.1.3)

Type of contract

Works

II.1.4)

Short description:

The goal of the Gl Interest-Douanne road doubling project is to remove the

Last bottleneck on the Jura foot line between Lausanne and Biel, located between KM 93.6 and 95.6 of line 210.

The smallness of the space available between the lake and the slope, with the presence of the N5 national road and the cantonal road, leads to the construction of a new double-track tunnel.

The services essentially consist of the realization of the following objects:

- covered trench on the west side;

- viaduct of the N5 ramp;

- new tunnel;

- emergency exits;

- fresh air galleries;

- covered trench on the east side;

- lower passage of the Brunnmühli spring;

- lacustrine backfilling and base slab;

- railway technical work:

—— ballasted and rigid tracks;

—— contact lines;

—— signage, equipment;

- deconstruction and redevelopment of the old track;

- transport of materials;

- landscaping.

II.1.5)

Estimated total value

II.1.6)

Information about lots

This contract is divided into lots: no

II.2)

Description

II.2.3)

Place of performance

NUTS code: CH0 Schweiz / Switzerland / Svizzera

Main site or place of performance:

2520 La Neuveville (BE).

II.2.4)

Description of the procurement:

The goal of the Gl Interest-Douanne road doubling project is to remove the

Last bottleneck on the Jura foot line between Lausanne and Biel, located between KM 93.6 and 95.6 of line 210.

The smallness of the space available between the lake and the slope, with the presence of the N5 national road and the cantonal road, leads to the construction of a new double-track tunnel.

The services essentially consist of the realization of the following objects:

- covered trench on the west side;

- viaduct of the N5 ramp;

- new tunnel;

- emergency exits;

- fresh air galleries;

- covered trench on the east side;

- lower passage of the Brunnmühli spring;

- lacustrine backfilling and base slab;

- railway engineering works;

—— ballasted and rigid tracks;

—— contact lines;

—— signage, equipment;

- deconstruction and redevelopment of the old track;

- transport of materials;

- landscaping;

II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)

Estimated value

II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/02/2022

End: 07/31/2027

This contract is subject to renewal: no

II.2.10)

Information about variants

Variants will be accepted: yes

II.2.11)

Information about options

Options: no

II.2.13)

Information about European Union funds

The procurement is related to a project and / or program 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.1.2)

Economic and financial standing

List and brief description of selection criteria:

Supporting documents according to criterion Q1:

The same reference can be used to meet several suitability criteria (J1.1 to J1.8).

The project references must present a complexity and tasks comparable to those of this contract.

They must be completed or have been largely completed.

If the required reference comes from a subcontracting company, the tenderer must attach a certificate from the latter certifying that he will perform the services in the event of an award.

D1

J1.1 Tunnel (excavation)

1 project reference for a new road or rail tunnel, with progress using explosives.

Reference <20 years (date of end of excavation)

Min amount: 20 MCHF HT (total amount of the tunnel shell works)

The reference cannot come from a subcontractor.

J1.2 Tunnel (interior fittings)

1 reference for the interior design of a railway tunnel (incl. Coating).

Reference <15 years (date of commissioning of the tunnel)

Min amount: 10 MCHF HT (total amount of tunnel shell works)

The reference cannot come from a subcontractor.

J1.3 Special works

1 special works project reference (reinforced concrete piles, diam. Min. 60 cm and anchored walls) in the vicinity of operating railway tracks

Reference <15 years (date of end of work)

Minimum amount: 3 MCHF HT (total amount of special works)

The reference can come from a subcontractor.

J1.4 Civil engineering

1 reference for a railway civil engineering project, with the creation of new railway and drainage infrastructures as well as punching operations.

Reference <15 years (date of end of work)

Minimum amount: 2 MCHF HT (total amount of the works of the railway civil engineering part)

The reference cannot come from a subcontractor.

Two references can be presented to meet the 3 requirements (railway infrastructure, drainage and punch operations) of J1.4; in this case, an amount of min. 1 MCHF must be established for each of these references.

J1.5 Lake work

1 project reference for lake works (backfill work and piles or sheet piles carried out from a barge or similar).

Reference <25 years (date of end of work)

Min amount: 2 MCHF HT (lake works)

The reference can come from a subcontractor.

J1.6 Road structures

1 project reference for a new prestressed concrete road bridge.

Reference <15 years (date of commissioning)

Min amount: 2 MCHF HT (cost of the bridge)

The reference cannot come from a subcontractor.

J1.7 Railway works

1 reference for a project for laying a rigid track (concrete) in a tunnel.

Reference <15 years (date of commissioning)

Min track length: 500 m

The reference can come from a subcontractor.

J1.8 Contact line work

1 reference for the installation of a rigid contact line in a railway tunnel.

Reference <15 years (date of commissioning)

Min length of the rigid contact line: 500 m

The reference can come from a subcontractor.

Proof according to criterion Q2:

J2 Declaration of turnover for the last three years in the field (s) submitted for tender.

Proof according to criterion Q3:

J3: The tenderer designates the guarantors for the performance guarantee provided for and confirms that he is able to provide it within one month of the award decision in accordance with the draft works contract.

Proof according to criterion Q4:

J4: Copy of the certificate of the quality system according to ISO 9001 or description of the quality system specific to the company, not certified. (For consortia, proof must only be provided by the pilot company.)

J5: Copy of the certificate of the quality system according to ISO 14001 or description of the quality system specific to the company, not certified. (For consortia, proof must only be provided by the pilot company.)

III.1.3)

Technical and professional ability

List and brief description of selection criteria:

- Q1: sufficient capacity in terms of personnel and technical means;

- Q2: appropriate ratio between the contract value per year and the annual turnover in the field submitted for tender of the company concerned (ie the category of construction according to the project) (max. 30%);

- Q3: sufficient financial collateral;

- Q4: Sufficient quality management.

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

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.2.2)

Time limit for receipt of tenders or requests to participate

Date: 10/15/2021

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:

German, French, Italian

IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

IV.2.7)

Conditions for opening of tenders

Date: 10/20/2021

Local time: 23:59

Square:

Renens.

Information about authorized persons and opening procedure:

- opening of technical offers => 20.10.2021;

- opening of financial offers => 16.12.2021;

- the opening of tenders is not public.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement: no

VI.3)

Additional information:

Partial offers are not allowed.

Conditions for bidders from States not members of the WTO Agreement on Government Procurement: none.

General conditions: according to tender document.

Negotiations: CFF SA's project management is not planning a site visit but a presentation by videoconference which will be organized on 8.7.2021 from 10 am to 12 noon, under the conditions set out in chapter 1.3.1 of document B2.

Fundamental requirements: the contracting authority awards public contracts for services in Switzerland only to tenderers who guarantee compliance with the provisions relating to the protection of workers, working conditions, equal pay between women and men and the right to the environment (article 12 LMP).

Indication of remedies: in accordance with article 52 paragraph 1 let. b, 53 paragraph 1 let. a and 56, paragraph 1 of the Federal Law on Public Procurement (LMP), this decision may be appealed, within 20 days of its notification, to the Federal Administrative Court, PO Box, 9023 St. Gallen . Presented in duplicate, the appeal brief must indicate the conclusions, reasons and means of proof and bear the signature of the appealing party or his representative; A copy of this decision and the documents relied on as evidence, when available, will be attached thereto.

Closing deadline for submitting offers / remarks:

1) system with two envelopes: the commercial offer and the technical offer must be delivered in two separate and closed packages, which must also present the corresponding descriptions and keywords. This also applies to documents in PDF format, which must therefore be delivered on two separate USB sticks. This rule also applies to variation offers. The following should also be observed.

- price analyzes must be attached to the descriptive estimate;

- supporting documents (amount and cost) must be attached to the descriptive estimate;

- prices should not appear in the cover letter!

No element of the “commercial” offer must be contained in the “technical offer” package and vice versa. This also applies to the variants. No registered mail. An email confirming the shipment will be sent to: maxime.bordet@sbb.ch - philippe.cornaz@sbb.ch - thierry.vonlanthen@sbb.ch

2) Formal requirements: the stamp or barcode of a Swiss postal office is decisive (in case of use of corporate franking marks and / or electronic stamps the postmark is obligatory), respectively, for foreign candidates, the receipt from a Swiss diplomatic or consular representation. If tenderers submit their tender to a Swiss diplomatic or consular representation abroad, tenderers must send to CFF SA by e-mail ( maxime.bordet@sbb.ch - philippe.cornaz@sbb.ch), within the time limit for the submission of tenders, an acknowledgment of receipt of the corresponding representation. Offers cannot be delivered personally, respectively will not be accepted on site. On the packages, write the following information:

- technical offer “Do not open / technical offer / doubling of the Gl Interest-Douanne route / lot 2 Tunnel de Ligerz”;

- financial offer “Do not open / financial offer / doubling of the Gl Interest-Douanne route / lot 2 Tunnel de Ligerz”;

3) Presentation of the offer: the offer must be presented using the forms:

- for the technical offer: F1 parts to be completed;

- for the financial offer: documents F2 to be completed (part F of the tender documents, booklet 0) in two copies on paper. The additional documents to be submitted are described in documents F1 and F2. In addition, the entire offer must be submitted electronically in PDF format (USB stick). The descriptive estimate (financial offer F2) must be submitted (in addition to the paper and pdf format) according to the SIA 451 format. In the event of discrepancies, the tender documents submitted on paper shall prevail.

Offers must be drawn up in one of Switzerland's three official languages ​​(German, French and Italian) and denominated in CHF, then sent to the following address:

- technical offer (F1) Swiss Federal Railways CFF SA I-ESP-EI-BPR-RWT Maxime Bordet, Rue de la Gare de Triage 7, 1020 Renens +41 792687365, maxime.bordet@sbb.ch

- financial offer (F2) Swiss Federal Railways CFF SA RC-I-BAU Thierry Vonlanthen Legal Council Rue de la Gare de triage 7, 1020 Renens +41 792231355, thierry.vonlanthen@sbb.ch

The offer is valid for twelve months from the deadline for sending offers. The tenderer is not compensated for his offer.

Comments (desired time limit for asking questions in writing): questions relating to the call for tenders must be formulated in writing on the forum of the site www.simap.ch

The answers to the questions will be made available to all suppliers (without mention of origin). No information will be given over the phone or verbally.

National reference publication: SIMAP of 15.6.2021, doc. 1201369. Desired deadline for asking questions in writing: 15.7.2021.

File available from 15.6.2021 until 14.10.2021.

Conditions for obtaining the tender dossier: the contract, the annexes to the contract and document B2 are also available in German.

Payment terms: free of charge for tender documents.

VI.4)

Procedures for review

VI.4.1)

Body review

Official name: Bundesverwaltungsgericht

Postal address: Postfach

Town: St. Gallen

Postal code: 9023

Country: Switzerland

VI.5)

Date of dispatch of this notice:

06/15/2021




Permalink