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, Gotthard - ch/50

Highway

Closing Date: 06.10.2021 (Tender Closed)


Open invitation to tender, deadline 06/10/2021, for the design, submission, implementation,   commissioning and  local management for the equipment (Energy distribution, Lighting, Installation monitoring, Communication and management system, auxiliary installations) renewal  as part of the N02  Gotthard motorway tunnel.  The contract also includes coordination and support for the integration of facilities into the current Senior Management System (BLE).  For tender documents and more detailed information please click here (German)  and  here (French). The duration of the contract is from 01/02/2022 to 31/12/2025. Contact Ofrou, Zofingue, email beschaffung.zofingen@astra.admin.ch. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=405805-2021.  Ref.n. 190045. 33/21.    



Switzerland-Zofingue: Engineering services

2021 / S 152-405805

Contract notice

Services

Legal Basis:

Directive 2014/24 / EU

Section I: Contracting authority

I.1)Name and addresses

Official name: Federal Roads Office OFROU Branch of Zofingue
Postal address: Brühlstrasse 3
Town: Zofingue
NUTS code: CH0 Schweiz / Suisse / Svizzera
Postal code: 4800
Country: Switzerland
Contact person: project management south
Internet address (es):
Main address: https://www.simap.ch
Address of the buyer profile: www.astra.admin.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=1210307

Additional information can be obtained from the abovementioned address

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

Official name: Federal Roads Office OFROU Zofingen branch
Postal address: Brühlstrasse 3
Town: Zofingue
Postal code: 4800
Country: Switzerland
Contact person: project management south
NUTS code: CH0 Schweiz / Switzerland / Svizzera
Internet address (es):
Main address: https://www.simap.ch

I.4)Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5)Main activity

General public services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

N02,190045 Erhalt BSA GST bis 2030, Lot5.0, PV Different equipment including DLT, Phases SIA 32-53

II.1.2)Main CPV code

71300000 Engineering services

II.1.3)Type of contract

Services

II.1.4)Short description:

Subject of this mandate are the project phase, the submission phase and the implementation phase until commissioning, including the local management of works, for the renewal of various equipment (Energy distribution, Lighting, Installation monitoring, Communication and management system, Auxiliary installations, subdivided into different Lots) of the Gotthard motorway tunnel.

This mandate also includes coordination and support for the integration of facilities into the current higher management system (BLE).

For a detailed description of the tasks, see the documents in the tender dossier.

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:

ASTRA Zofingue, Airolo / TI, Göschenen / UR, Baubüro ASTRA

II.2.4)Description of the procurement:

Subject of this mandate are the project phase, the submission phase and the implementation phase until commissioning, including the local management of works, for the renewal of various equipment (Energy distribution, Lighting, Installation monitoring, Communication and management system, Auxiliary installations, subdivided into different Lots) of the Gotthard motorway tunnel.

This mandate also includes coordination and support for the integration of facilities into the current higher management system (BLE).

For a detailed description of the tasks, see the documents in the tender dossier.

II.2.5)Award criteria

Criteria below

Cost criterion - Name: The following award criteria must be attached to the tender dossier (predefined): / Weighting: 1

Cost criterion - Name: CA1: Quality of the tenderer: Qualifications of the key persons in relation to the requirements of the project; / Weighting: 40%

Cost criterion - Name: Weighting subdivided as follows / Weighting: 1

Cost criterion - Name: CA1.1: Project manager (20%) / Weighting: 1

Cost criterion - Name: CA1.1.1: Reference (comparability of the function and the reference structure with the function and the structure of this call for tenders) 10% / Weighting: 1

Cost criterion - Name: ZCA1.1.2: CV (evaluation of training and professional experience in view of the project) 10% / Weighting: 1

Cost criterion - Name: CA1.2: Local works manager (20%) / Weighting: 1

Cost criterion - Name: CA1.2.1: Reference (comparability of the function and the reference structure with the function and the structure of this call for tenders) 10% / Weighting: 1

Cost criterion - Name: CA1.2.2: CV (evaluation of training and professional experience in view of the project) 10% / Weighting: 1

Cost criterion - Name: The project manager and the local works manager are considered to be key persons. A person can take on several functions at the same time. / Weighting: 1

Cost criterion - Name: CA2: Quality of the offer: / Weighting: 35%

Cost criterion - Name: subdivided as follows / Weighting: 1

Cost criterion - Name: CA2.1: Task analysis including risk analysis, 15% / Weighting: 1

Cost criterion - Name: CA2.2: Suggested procedure (including analysis of sustainability from a social and ecological point of view), 15% / Weighting: 1

Cost criterion - Name: CA2.3: Project organization, 5% / Weighting: 1

Cost criterion - Name: CA3: PRICE; / Weighting: 25%

Cost criterion - Name: - Price of the revised offer / Weighting: 1

II.2.6)Estimated value

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 47

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

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:

The following supporting documents / certificates must be attached to the (predefined) offer file, otherwise the offer cannot be taken into consideration:

SUITABILITY CRITERION 1:

TECHNICAL ABILITY

Description of a reference project of the company or main partner on the support of at least 1 completed project comparable with the defined task.

A reference project is considered comparable if it meets the following conditions:

a) Technical areas of operating and safety equipment (EES) with at least the following technical areas:

FB1 (Energy distribution), FB2 (Lighting) and FB8 (Auxiliary installations)

b) EES project author task for the project phase (32) until commissioning (53)

c) Construction or remediation of BSA installations for a tunnel with several ventilation units (at least 2) in the context of national roads or high performance roads.

d) Investment (cost of construction BSA of the reference ≥ CHF 1 Mio.)

e) The reference must not be more than 8 years old.

f) project completed

If the proof concerning the phases according to point b) or the investment according to point d) has not been satisfied with the first reference, it is possible to present a second reference. Also this second reference must satisfy conditions c) and e).

SUITABILITY CRITERION 2:

ECONOMIC AND FINANCIAL ABILITY

For the tenderer: the tenderer's turnover for the years 2019 and 2020 must correspond to more than double the value of the contract.

Evidence to be provided by the company at the request of the contracting authority after the tender has been submitted (by submitting his tender, the tenderer confirms that the corresponding obligations have been met):

A2.1. current extract from the commercial register

A2.2. current extract from the debt collection register

A2.3. current extract from the AVS / IV / APG / AC compensation fund

A2.4. current SUVA / AFC certificate

A2.5. valid insurance certificates from the tenderer regarding professional liability insurance

Current extracts from the commercial register and the debt collection register (no more than 3 months).

SUITABILITY CRITERION 3:

REFERENCES OF KEY PERSONS

A.3.1 REFERENCES OF THE PROJECT MANAGER

A3.1.1: Comparable reference

Description of a reference project from the project manager on the support of at least 1 completed project comparable with the defined task.

A reference project of the project manager is considered comparable if it meets the following conditions:

a) Technical areas EES with at least the following technical areas:

FB1 (Energy distribution), FB2 (Lighting) and FB8 (Auxiliary installations)

b) EES project author task for the project phase (32) until commissioning (53)

c) Construction or remediation of BSA installations for a tunnel with several ventilation units (at least 2) in the context of national roads or high performance roads.

d) Investment (cost of construction of the benchmark BSA ≥ CHF 1 million)

e) The reference must not be more than 10 years old.

f) project completed

If the proof concerning the phases according to point b) or the investment according to point d) has not been satisfied with the first reference, it is possible to present a second reference.

This second reference must also satisfy conditions c) and e).

A3.1.2 Training

EPF / HES Engineering degree or comparable in the field of electrotechnics / IT / mechanics.

SUITABILITY CRITERION 4:

PROOF OF THE AVAILABILITY OF KEY PERSONS

A4.1: proof of availability for two years of the under-mentioned key person: Detailed list and presentation of the workload due to other tasks and projects.

The key people are:

Project Manager

Minimum availability of the project manager: 30% for the year 2022 and 30% for the year 2023

SUITABILITY CRITERION 5:

MAXIMUM BENEFIT PROVIDED BY SUBCONTRACTORS

A5.1: Proof that the subcontractors will provide a maximum of 50% of the services.

III.1.3)Technical and professional ability

List and brief description of selection criteria:

mandate, and able to provide proof of their ability are invited to submit an offer in CHF.

A1: Technical aptitude

A2: Economic and financial aptitude

A3: References of key persons

A4: Proof of the availability of key persons

A5: Proof from the part of the subcontractors' service

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: 06/10/2021

Local time: 23:59

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

IV.2.7)Conditions for opening of tenders

Date: 10/12/2021

Local time: 23:59

Square:

Federal Roads Office OFROU, 4800 Zofingue

Information about authorized persons and opening procedure:

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 non-member states of the WTO Agreement on Government Procurement:

any.

General conditions: According to the planned contract.

Negotiations: There will be no site visit.

Fundamental requirements: The adjudicator awards this contract only to tenderers who comply with the conditions for participation set out in the tender documents and in the legislation. This concerns in particular compliance with the provisions relating to the protection of workers, working conditions, equal pay between women and men and environmental law, and behavior in accordance with competition rules and free from corruption.

Other indications: 1. The contract will be awarded subject to the maturity of the project and the availability of credits. 2. The preparation of offers is not remunerated. The corresponding files are not returned. 3. The tender documents are available in German. In the event of discrepancies between the versions, the German version prevails. 4. The Contracting Authority reserves the right to modify the deadlines mentioned in the tender documents (in particular for the award and the start of works). The tenderer has no right to compensation under any circumstances. 5. The award will be made for the phase of the project until the commissioning / conclusion of the project. With the signing of the contract, however, only the phases of the Draft detail and submission, evaluation of tenders, adjudication proposal. Subsequent phases will be released from phase to phase through written confirmation from the Employer. 6. Publication on SIMAP is binding. In the event of ambiguities or contradictions in the tender documents, the German version prevails.

Indication of remedies: In accordance with art. 56, al. 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. In accordance with art. 56, al. 2, LMP, the provisions of the Federal Law on Administrative Procedure (PA) relating to the suspension of time limits do not apply.

Closing deadline for submitting tenders / Comments: The deadline for submitting tenders applies as indicated in ch. 4.5 to pre-involved companies - even if they were only part of a consortium in the preparation phase of the contract. Specific deadlines and formal requirements: The tender (tender dossier) must be submitted in hard copy in duplicate and in electronic form (on USB key) in triplicate. Sending by mail A (date of the stamp affixed by a Swiss post office or an officially recognized foreign post office; franking by a company machine is not recognized as a postmark). The tenderer must in all cases be able to prove that the tender was submitted on time. Offers submitted after the deadline will not be taken into consideration. The envelope must include, in addition to the name of the project, the indication “Do not open - tender dossier” clearly visible. Personal delivery: In case of personal delivery, the offer must be left at the OFROU lodge at the latest on the date indicated above, during opening hours (hours: 8h00 - 12h00 and 1:00 p.m. - 5:00 p.m., Friday - 4:00 p.m.), against delivery of an acknowledgment of receipt (address in point 1.2). In the event of delivery to a Swiss diplomatic or consular representation abroad, foreign bidders may submit their offer there against delivery of an acknowledgment of receipt, at the latest on the date mentioned above, during opening hours. . The acknowledgment of receipt must then be sent to the adjudicator by email, at the latest on the date indicated.

Comments (Preferred time for asking questions in writing) Questions must be asked in German on the forum at www.simap.ch . The answers will be formulated in a general way on this forum by 06.09.2021. Questions received after 27.08.2021 will not be answered.

National reference publication: Simap of 04.08.2021, doc. 1210307 Desired deadline for asking questions in writing: 08/27/2021.

File available from 04.08.2021 until 06.10.2021

Terms of payment keine.

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:

08/04/2021





Permalink