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 Grisons - ch/61

Highway

Closing Date: 22.10.2021 (Tender Closed)


Open invitation to tender, deadline 22/10/2021, for inspections of civil and E&M structures in the tunnels on the N13/N28/N29 motorways in Canton of Grisons, Switzerland. The contract is composed of 2 lots: Lot 1 (18 single tube tunnels) and Lot 2 (6 tunnels). For further information please visit http://www.simap.ch/shabforms/servlet/Search?NOTICE_NR=1215413 (Italian) or http://www.simap.ch/shabforms/servlet/Search?NOTICE_NR=1215415 (German). The duration of the contract is from 17/01/2022 to 31/12/2026.. Contact Ofrou, Bellizona, tel +41 58 469 68 11, fax  +41 58 469 68 90, email acquistipubblici@astra.admin.ch. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=443281-2021. Ref.n. 080093 EP F5 (Lot 1)/180022 EP NEB F5 (Lot 2). 35/21.

Switzerland-Bellinzona: Engineering services

2021/S 169-443281

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

Official name: Bundesamt für Strassen ASTRA Filiale Bellinzona Abteilung Strasseninfrastruktur Ost
Postal address: Via C. Pellandini 2a
Town: Bellinzona
NUTS code: CH0 Schweiz / Suisse / Svizzera
Postal code: 6500
Country: Switzerland
Contact person: Siehe Punkt 1.4
E-mail: acquistipubblici@astra.admin.ch
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=1215415

Additional information can be obtained from the abovementioned address

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

Official name: Bundesamt für Strassen ASTRA Filiale Bellinzona Abteilung Strasseninfrastruktur Ost
Postal address: Via C. Pellandini 2a
Town: Bellinzona
Postal code: 6500
Country: Switzerland
Contact person: Siehe Punkt 1.4
E-mail: acquistipubblici@astra.admin.ch
NUTS code: CH0 Schweiz / Suisse / 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

Housing and community amenities

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

EP F5, Hauptinspektionen (BAU+BSA) Tunnel und Galerien N13 / N28 / N29 Kt. Graubünden, 2022 - 2026

II.1.2)Main CPV code

71300000 Engineering services

II.1.3)Type of contract

Services

II.1.4)Short description:

Siehe Punkt 4.6 "Sonstige Angaben"

II.1.5)Estimated total value

II.1.6)Information about lots

This contract is divided into lots: yes

Tenders may be submitted for all lots

II.2)Description

II.2.1)Title:

Lot No: 1

II.2.2)Additional CPV code(s)

71300000 Engineering services

II.2.3)Place of performance

NUTS code: CH0 Schweiz / Suisse / Svizzera

II.2.4)Description of the procurement:

Los 1 Durchführen Hauptinspektionen Tunnel und Galerien (BAU+BSA) N13 / N28, Kt. Graubünden, 2022-2026

II.2.5)Award criteria

Criteria below

Cost criterion - Name: Siehe Punkt 4.6 "Sonstige Angaben" / Weighting: 1

II.2.6)Estimated value

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

Start: 17/01/2022

End: 31/12/2026

This contract is subject to renewal: yes

Description of renewals:

Eine Verlängerung kommt dann zum Tragen, wenn die Kreditfreigabe die Fristen für die Genehmigungsverfahren und/oder unvorhergesehene Umstände dies erfordern.

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 programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Lot No: 2

II.2.2)Additional CPV code(s)

71300000 Engineering services

II.2.3)Place of performance

NUTS code: CH0 Schweiz / Suisse / Svizzera

II.2.4)Description of the procurement:

Los 2 Durchführen Hauptinspektionen Tunnel und Galerien (BAU+BSA) NEB N29 Julierpassstrasse, Kt Graubünden, 2022-2026

II.2.5)Award criteria

Criteria below

Cost criterion - Name: Siehe Punkt 4.6 "Sonstige Angaben" / Weighting: 1

II.2.6)Estimated value

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

Start: 17/01/2022

End: 31/12/2026

This contract is subject to renewal: yes

Description of renewals:

Eine Verlängerung kommt dann zum Tragen, wenn die Kreditfreigabe die Fristen für die Genehmigungsverfahren und/oder unvorhergesehene Umstände dies erfordern.

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 programme 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 proof of suitability / confirmations must be submitted together with the offer documents, otherwise the offer cannot be considered:

RE EK1: COMPANY EXPERIENCE / REFERENCE

REFERENCE CONSTRUCTION

1 comparable reference.

When assessing suitability, a reference is recognized as comparable if it meets at least the following conditions:

a) Main inspections or maintenance project phase MK BAU of tunnels or galleries of national roads, cantonal roads or railways with a length of at least 800 m;

b) reference work completed;

c) Minimum fee CHF 0.2 million.

REFERENCE BSA

1 comparable reference.

When assessing suitability, a reference is recognized as comparable if it meets at least the following conditions:

a) Main inspections or maintenance project phase MK BSA of tunnels or galleries of national roads, canton roads or railways with a length of at least 800 m;

b) reference work completed;

c) Minimum fee CHF 0.2 million.

RE EK2: KEY PERSON, REFERENCE

The key person for the evaluation of the suitability criteria is the person who performs the following function in the project:

PROJECT LEADER / CHIEF INSPECTOR CONSTRUCTION

Minimum requirements for the key person to meet the eligibility criteria. Graduated engineer ETH, FH or equivalent with a reference as PL, deputy. PL or equivalent function in a project that meets at least the following conditions:

a) Main inspections or maintenance project phase MK BAU of tunnels or galleries of national roads, cantonal roads or railways with a length of at least 800 m;

b) reference work completed;

c) Minimum fee CHF 0.2 million.

PROJECT MANAGER / INSPECTOR BSA

Minimum requirements for the key person to meet the eligibility criteria. Graduated engineer ETH, FH or equivalent with a reference as PL, deputy. PL or equivalent function in a project that meets at least the following conditions:

a) Main inspections or maintenance project phase MK BSA of tunnels or galleries of national roads, canton roads or railways with a length of at least 800 m;

b) reference work completed;

c) Minimum fee CHF 0.2 million.

RE EK3: PROOF OF AVAILABILITY

Confirmation of the availability of the key person:

1) Minimum availability of the PL / Chief Inspector BAU

- Lot 1: 15% in 2022 and 15% in 2023

- Lot 2: 10% in 2022 and 10% in 2023

2) Minimum availability of the PL / Inspector BSA

- Lot 1: 15% in 2022 and 15% in 2023

- Lot 2: 10% in 2022 and 10% in 2023

In the event that a provider offers several lots with the same key person, the workload of each affected lot must be listed in the proof of the availability of the respective key person.

The lots will be awarded in ascending order. If a supplier is awarded the contract for a lot, the availability required for this will be taken into account when the next lot is awarded, insofar as this is added up to the currently required availability. The total availability must be greater than or equal to the required availabilities.

RE EK4: ECONOMIC / FINANCIAL CAPACITY

- Confirmation that the services of the subcontractors amount to a maximum of 50%

- Confirmation that the provider's annual turnover for 2019 and 2020 is more than double the annual turnover of the order;

Proof of suitability / confirmations to be submitted at the request of the client after the offer has been submitted:

- Excerpt from the commercial register and debt collection register,

- Excerpt from the AHV / IV / EO / ALV compensation office,

- Confirmation of UVG insurer,

- Confirmation (of taxes paid) Tax administration: withholding tax, federal tax, cantonal and communal tax or VAT,

- proof of insurance,

none of them older than 3 months.

III.1.3)

Technical and professional ability

List and brief description of selection criteria:

All economically and technically efficient companies that also provide the following proof of suitability are called upon to submit an offer in CHF.

EK1: COMPANY EXPERIENCE / REFERENCE

EK2: KEY PERSON, REFERENCE

EK3: PROOF OF AVAILABILITY

EK4: ECONOMIC / FINANCIAL CAPACITY

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: no

IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date: 22/10/2021

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 22/10/2021

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

IV.2.6)Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7)Conditions for opening of tenders

Date: 28/10/2021

Local time: 23:59

Place:

Bellinzona

Information about authorised persons and opening procedure:

Das Datum der Angebotsöffnung ist provisorisch. Die Öffnung der Angebote ist nicht öffentlich.

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.3)

Additional information:

Partial offers are not permitted.

Requirements for suppliers from countries that are not part of the WTO Procurement Agreement: None.

Terms and conditions: According to the contract document provided.

Negotiations: No inspection is planned.

Basic requirements: The client only awards public contracts for services in Switzerland to providers who guarantee compliance with occupational health and safety regulations and working conditions for employees as well as equal pay for men and women.

Other information: 1. Detailed description of the tasks Within the framework of the maintenance of the FEDRO tunnels and galleries, the monitoring of the structures is of great importance in order to detect defects at an early stage and to assess the current condition of the structures or the individual structural parts and their equipment can. The main inspection, which is carried out periodically, is one of the core elements in the monitoring and maintenance process of the tunnels and galleries and aims to record the structural condition of the structure and the condition of the BSA. It includes: - Procurement and viewing of the existing documents and bases, familiarization, preliminary work, processing of the documents for the condition recording or inventory - Visual inspection, recording and recording of the data using the KUBA-Mobile application (structural systems) down to the component assessment level and evaluation of the components using condition classes - Comparison of the OS inventory databases with FA-BSAS - Visual inspection, recording and recording of the data using the FA-BSAS application down to the unit level - Assessment and evaluation of the units using condition classes, estimating the service life of the units - Planning and coordination of the tests of anchors and rockfall protection devices (testing by specialists) - updating of damage plans and synoptic plans, resp. Creation of the same where none are yet available (SISTO, NEB N29) - Visual recording and documentation of the systems that serve the drainage or water supply of the structure - Annual presentation of the work carried out - Creation of reports of individual measures, which are part of the small structural maintenance (KbUH) are to be carried out by the regional unit in the following year. - Creation of additional documents and detailed analyzes on request by the client - Support for the client for the period 2022-2026. 2. AWARD CRITERIA (ZK) The information regarding the award criteria must be submitted together with the (specified) offer documents: ZK1: PRICE WEIGHTING 30%. ZK2: QUALITY OF THE OFFER: WEIGHTING 30%, divided into: 2.1 Task analysis, proposed procedure and QM concept: 20%; 2.2 Sustainability analysis (from an economic, social and ecological point of view) 5%; 2.3 Risk analysis: 5%. ZK3: QUALITY OF THE PROVIDER: WEIGHTING 40%, subdivided into: 3.1 Project Leader - Specialist BAU Tunnel / Gallery 20%; 3.1.1 a reference (comparability of the function and the work of the reference with the function and work of this tender) 10%; 3.1.2 Curriculum vitae (evaluation of training and work experience with regard to the project) 10%. 3.2 Project manager - specialist BSA tunnel / gallery 10%; 3.2.1 a reference (comparability of the function and the work of the reference with the function and work of this tender) 5%; 3.2.2 Curriculum vitae (evaluation of training and work experience with regard to the project) 5%. 3.3 Organization and organizational chart: 10%. PRICE EVALUATION The lowest adjusted offer receives the maximum mark (5). Offers whose price is 100% or more above the lowest offer receive a grade of 0. In between, the evaluation is linear (rounded to 2 places after the decimal point). Any discounts offered will not be taken into account when assessing the price. Grading of the OTHER award criteria The evaluation is always carried out with grades from 0 to 5: 0 = not assessable // no answer 1 = very poorly fulfilled // insufficient, incomplete information 2 = poorly fulfilled // information not sufficiently related to the project 3 = fulfilled // average Quality, according to the requirements of the tender 4 = well fulfilled // qualitatively good 5 = very well fulfilled // qualitatively excellent, very large contribution to target achievement. If a main criterion consists of sub-criteria, these are graded. The number of points for the main criterion results from the sum of the grades for the sub-criteria multiplied by their weighting. POINT CALCULATION Sum of all grades multiplied by their weighting (maximum number of points: grade 5 x 100 = 500 points). 3. The maturity of the project and the availability of the credit remain reserved. 4. The preparation of the offers is not remunerated. The offer documents will not be returned. 5. Tender documents are available in German. At WidIf there is a conflict between the versions, the German version is authoritative. 6. Exclusion: The IG Grigioni engineering association (consisting of the partners Amberg Engineering AG / dsp Ingenieure + Planer AG / Amstein + Walthert AG) has prepared the present tender documents. The engineering community IG Grigioni, as well as all companies that have a close economic or legal relationship with it, are therefore excluded from participating in the present procedure. 7. The client reserves the right to postpone the dates specified in the tender documents (in particular the award and the start of work). In such a case, the provider has no right to compensation. 8. All amounts are exclusive of VAT. to understand. 9. Publication on SIMAP is authoritative. In the event of ambiguities or contradictions, the German version has priority. 10. Any sub-planners are to be named and are allowed to work with several engineering offices. 11. A separate offer must be submitted for each lot. The evaluation of the offers based on the award criteria is carried out for each lot. The allocation will be carried out in the order of lot 1 - lot 2. Several lots can be awarded to the same bidder, whereby the availability of key personnel is taken into account (see section 3.8). 12. The project language is German.

Instructions on legal remedies: According to Art. 56 Para. 1 of the Federal Act on Public Procurement (BöB), a written complaint can be lodged with the Federal Administrative Court, Postfach, 9023 St. Gallen, within 20 days of its opening. The complaint must be submitted in duplicate and must contain the request, the reasons for it, the evidence and the signature of the person making the complaint or their representative. A copy of the present ruling and available evidence must be enclosed. The provisions of the Administrative Procedure Act (VwVG) on standstill periods do not apply in accordance with Art. 56 Para. 2 BöB. Based on Art. 52 Para. 2 BöB, the complaint can only be used to establish that the present ruling violates federal law, but not to apply for its annulment. Foreign providers are only allowed to lodge a complaint if the state in which they are based grants reciprocal rights.

Closing date / comments: Specific deadlines and formal requirements: 2 copies of the offer (of the offer documents) in paper form and 2 in electronic form (USB stick) must be submitted. Submission by post: A Mail or PostPac Priority (date postmark of a Swiss or state-recognized foreign post office; company franking is not considered a postmark). In any case, the provider or the provider must ensure that the submission of the offer was submitted on time. Late offers will no longer be considered. Personal delivery: The delivery must be made no later than the above-mentioned deadline during the opening times of the box (Mon-Thu 8:00 a.m. - 12:00 p.m. / 1:30 p.m. - 5:00 p.m. / Fri 8:00 a.m. - 12:00 p.m. / 13 : 30 - 4 p.m.) against issuance of a confirmation of receipt (address see 1.2). Handover to a Swiss diplomatic or consular mission: Foreign providers can hand over their offer to a Swiss diplomatic or consular mission in their country by the above-mentioned deadline at the latest, in exchange for an acknowledgment of receipt being issued. In this case, the providers are obliged to send the confirmation of receipt by email to the procurement office before the submission date. Offers sent by email or fax will not be accepted! Two lots will be advertised at the same time. The offers are to be submitted for each lot in a separate envelope / package with the following clearly visible note: "NON APRIRE - OFFERTA: EP F5, main inspections (BAU + BSA) tunnels and galleries, lot 1, N13 / N28" "NON APRIRE - OFFERTA : EP NEB F5, main inspections (BAU + BSA) tunnels and galleries, lot 2, NEB N29 ”.

Comments (deadline for written questions) Questions must be submitted in German at www.simap.ch in the «Forum». All recipients of the tender documents will be answered in the same way at www.simap.ch in the "Forum" by October 1st, 2021. Questions received after September 24th, 2021 will no longer be answered.

National reference publication: Simap from 08/27/2021, Doc. 1215415 Desired deadline for written questions by: 09/24/2021.

Tender documents are available from 08/27/2021 to 10/22/2021

Conditions for obtaining the tender documents: The tender documents can ONLY be obtained from the website www.simap.ch (via “download”).

Payment terms--.

Cost: 0.00CHF

VI.4)

Procedures for review

VI.4.1)

Review body

Official name: Bundesverwaltungsgericht

Postal address: Postfach

Town: St. Gallen

Postal code: 9023

Country: Switzerland

VI.5)

Date of dispatch of this notice:

27/08/2021




Permalink