Support

Haben Sie Fragen oder benötigen Sie Unterstützung?
Häufige Fragen
Kontakt Simap-Helpdesk
Suche ändern
Sie können Ihre Suchkriterien ändern oder die Suche verfeinern
Stichwort:
Ort der Auftragserfüllung:
Zeitraum:
Heute

Laufende Woche

Laufendes Jahr

von
bis

Gesamt (letzte 3 Jahre)
Sie sind hier:
Startseite> Recherchieren> Einzelmeldungen

Ihre Ergebnisse

Sie suchten nach: Meldungs Nr : 1166341
02.12.2020|Projekt-ID 199375|Meldungsnummer 1166341|Ausschreibungen

Invitation to tender

Date of publication Simap: 02.12.2020

1. Contracting authority

1.1 Official name and address of the contracting authority

Contracting authority/Authority of assignment: Federal Roads Office FEDRO
Procurement authority/Organizer: Federal Roads Office FEDRO,  attn VL-CH IVM RE1, Pulverstrasse 13,  3063  Ittigen,  Switzerland,  E-mail:  ausschreibung-netze@astra.admin.ch

1.2 Applications for participation should be sent to the following address

Federal Roads Office FEDRO,  attn VL-CH IVM RE1 "do not open - tender documents", Pulverstrasse 13,  3063  Ittigen,  Switzerland,  E-mail:  ausschreibung-netze@astra.admin.ch

1.3 Desired deadline for questions in written form

04.01.2021
Remarks: Questions are to be submitted in German on the “Forum” at www.simap.ch. They will be answered in general terms by 18 January 2021 for all recipients of the tender documents at www.simap.ch in the “Forum”. Questions received after 04 January 2021 will no longer be answered.

1.4 Deadline for submitting applications for participation

Date: 08.02.2021 Time of day: 12:00, Specific deadlines and formal requirements:  Closing date for submitting tenders
Date:08 February 2021
Time:

Specific deadlines and formal requirements:
2 copies of the tender (tender dossier) must be submitted in hard-copy form and 1 in electronic form (USB stick).

Submission by post:
1st class (priority) post (date as per postmark of a Swiss or government-recognized foreign post office; frankings by a company franking machine are not valid as postmarks). The bidder or bidders must in any case ensure that proof can be provided that the tender was submitted in time. Tenders received after the time-limit will not be taken into consideration. In addition to the project designation, the envelope must be clearly marked with the words “Do not open – tender documents”.

Delivery in person:
Delivery must be effected by no later than the above-mentioned delivery date and during the opening hours of the FEDRO porter’s lodge (08:00 – 12:00 and 13:00 – 17:00) in exchange for a confirmation of receipt (for the address, see section 1.2).

Delivery in person to a Swiss diplomatic or consular representation:
Foreign bidders may submit their tender to a Swiss diplomatic or consular representation in their country by no later than the above-mentioned delivery date, during its opening hours and in exchange for a confirmation of receipt.
In this case, the bidders are obliged to send the confirmation of receipt by e-mail to the procurement service by no later than the delivery date.

Tenders sent by e-mail or fax will not be taken into account!

1.5 Date of the opening of bids:

10.02.2021, Remarks:  The opening of the tenders is not public.

1.6 Type of contracting authority

Confederation (Central federal administration)

1.7 Type of procedure

Selective procedure

1.8 Type of order

Supply order

1.9 Scope of international treaties

Yes

2. Objects of procurement

2.1 Type of supply order

A combination

2.2 Project title of the acquisition

Application to control the traffic management systems of national roads

2.3 Reference / project no.

IKT 26444

2.4 Division into lots?

No

2.5 Common Procurement Vocabulary

CPV:  48100000 - Industry specific software package

2.6 Subject and scope of the contract

The procurement contract comprises the Swiss Traffic Control System (VL-CH) and the associated services. The bidder is to supply all system components from a single source, integrate the FEDRO specialized logic into the VL-CH system, integrate the existing system landscape, put the VL-CH system into operation and maintain it on a long-term basis and further develop and adapt it continually to FEDRO’s needs.
Two locally-independent traffic management (VM) systems shall be connected to the system.
The bidder shall devise a detailed concept for integrating the Swiss traffic control system into the FEDRO environment and the procedures for connecting the two VM systems (Proof of concept). In addition, the bidder shall develop an integration concept to integrate and introduce the two VM systems. Further tasks include the development of an interface specification as a standard requirement for connecting all VM systems of the Swiss motorways in future.

2.7 Delivery location

Switzerland

2.8 Duration of the contract, framework agreement or dynamic purchasing system

Start: 01.03.2022, End: 31.12.2022
This contract is subject to renewal: Yes
Description of renewals: Life cycle contract commences on 01 January 2023 and ends on 31 December 2032

2.9 Options

Yes
Description of options: Option 1: Maintenance/software maintenance
Software maintenance comprises correction services (error elimination) and adaptation services (adaptation to changes in circumstances). The aim of maintenance is to ensure the functionality of the VL-CH system on a sustainable basis. It should be possible to plan and implement optimizations and improvements as well as adaptations to changed requirements.**********

Option 2.1: 3rd level support
The bidder provides 3rd level support with an annually consultable cost ceiling and supports the operator in the event of malfunctions with different and yet-to-be defined service level variants (e.g. 24x7 or during office hours).
The service period extends from the planned start on 01 January 2023 until the planned termination on 31 December 2032.**********

Option 2.2: 1st, 2nd and 3rd level support
The bidder provides 1st, 2nd and 3rd level support with an annually consultable cost ceiling and supports the operator in the event of malfunctions at any time of day or night (24x7). The applicable support period includes statutory public holidays.
The service period extends from the planned start on 01 January 2023 until the planned termination on 31 December 2032.**********

Option 3: Development of data exchange between the VL-CH system and the existing SA TM
The specialist application for traffic management (SA TM), which is currently in productive operation, should be able to communicate with the new VL-CH system. The SA TM specialist application enables the Swiss Traffic Management Centre (VMZ-CH), in cooperation with the various cantonal police forces and a traffic information broadcaster, to exchange traffic information in a standardized and efficient way.**********

Option 4: Further development
1. General further developments:
Hourly rates of remuneration for the roles of project manager, software developer, tester and business analyst for any further developments. The contractor shall draw up one tender for each planned further development, based on the hourly rates in this tender.
2. Hourly rate of remuneration for the cost ceiling for training sessions in the event of changes requested by FEDRO:
For training in new releases requested by FEDRO. For training FEDRO’s traffic operators, traffic engineers, control logic experts, system administrators and the helpdesk. Prior to the training, the contractor shall draw up a tender for adaptation of the training documents, user manuals and holding the training sessions in the German and French languages, at the average hourly rate indicated in the price sheet.**********

Option 5: Connection/integration of TM systems throughout Switzerland
All traffic management systems throughout Switzerland are to be connected to the new VL-CH system in several implementation stages. The connection of each type of TM system must be offered at a fixed price, based on FEDRO’s quantity structure. The following TM system types and installations are to be considered:
-tunnel control signalling
-traffic information system (variable message signs)
-variable message signposts (VMS)
-speed harmonization and hazard warning system (SHHW)
-breakdown lane re-assignment (BLR)
-ramp access management
-light signalling systems
-flow metering system
-ban on overtaking by trucks
-entry aids
-speed signals
-TM actors
-TM sensors
**********
Option 6: Replacement/dismantling of the SA VL-CH system
A concept is being developed, with FEDRO’s support, to replace or dismantle the VL-CH system once it has reached the end of its life cycle.**********

Option 7: Operation
The bidder shall ensure that the VL-CH system operates during the entire life cycle and shall make available the infrastructure required to operate the application according to the operating concept that was developed.
**********
The options are weighted according to the probability of their occurrence. This will be shown in the price sheet (specification of requirements 3).

2.10 Award criteria

AC 01 Overall evaluation of the proposed solution  Weighting 5% 
AC 02 Overall evaluation of the prototype  Weighting 10% 
AC 03 Compliance with the 1st priority requirements  Weighting 20% 
AC 04 Compliance with the 2nd priority requirements  Weighting 10% 
AC 05 Approach concept focused on the integration concept of TM systems / Architecture, business organization  Weighting 25% 
AC 06 Tender price  Weighting 30% 
Comments:  The assessment of the final tenders received later on and the evaluation of the awarded tender will be based on the specifications 3 (tender phase). The award criteria listed below will not be used for the rating until after the submission of the final tenders. They are listed here for information purposes only. Further details on the award criteria will be announced in the tender documents for phase 2 (tender phase) of the procedure.

Price evaluation (AC 06)
The relevant total price is evaluated for the award of points for each tender. This price is calculated as follows:
The relevant total price for evaluation =
Cost of the procurement volume put out to tender (basic contract + options according to their weighting = total price)
Having compared all bidders, the lowest bid is awarded the maximum number of points. The points are awarded according to the following formula:


Maximum points x (Total price of the most favourable tender/Total price of the tender)^2

Marking of the other award criteria
The evaluation is always done with marks from 0 to 5:
0 = Cannot be evaluated; no details; poor fulfilment; insufficient or incomplete details; low relevance to the project
1 = Normal, average fulfilment; average quality, meets the requirements of the invitation to tender
3 = Good fulfilment; qualitatively good
5 = Very good fulfilment; qualitatively excellent, a very large contribution to the achievement of the objective

If a main criterion consists of sub-criteria, these are awarded points. The score of the main criterion is the sum of points for the sub-criteria multiplied by their weighting.

Calculation of points:
Sum of all points multiplied by their weighting (maximum score: mark 5 x 100 = 500 points).

2.11 Will variants be accepted?

No
Remarks: Lump-sum and global tenders and/or tenders with an average hourly rate are excluded.

2.12 Are partial offers permitted?

No
Remarks: The bids submitted must be complete. Alterations to the text of the tender are not permitted. Partial tenders are invalid and will be eliminated

2.13 Implementation date

Start 15.03.2022 and finish 31.12.2022

3. Conditions

3.1 General conditions of participation

As stated in the specification of requirements

3.2 Deposits/guarantees

Not foreseen

3.3 Conditions of payment

30 days after receipt of invoice by FEDRO.

3.4 Costs to be included

The remuneration and prices include all services that are specified in the tender documents and are necessary for fulfilment of the contract.

3.5 Consortium of bidders

Not permitted

3.6 Subcontractor

Permitted. Subcontractors may be used for up to a maximum of 50% of the basic services and options. They must be listed accordingly in the tender documents.

3.7 Eligibility criteria

based on the criteria given below:
Eligibility criteria
All economically and technically capable companies which in addition provide the following proof of eligibility are invited to submit a tender.

Eligibility criteria EC
EC 01Fulfil all mandatory requirements (see tender documents E001)
EC 02Self-declaration: Compliance with procedural principles and proof of compliance with equal pay for men and women
EC 03Acceptance of the dialogue conditions and the dialogue agreement
EC 04Acceptance of the draft contract
EC 05Acceptance of the general terms and conditions

Evaluated EC (EEC)
For all evaluated eligibility criteria (EEC), a minimum requirement must be met in accordance with the description in Specification of requirements 1 (A002). In each case, the properties mentioned or over-fulfilment of the minimum requirement are evaluated. 0-5 points are awarded for each of the eligibility criteria evaluated. All evaluated eligibility criteria are weighted equally. If a criterion is evaluated with 0 points, this eligibility criterion is deemed not to have been fulfilled and leads to elimination from the pre-qualification round.

EEC 01 System requirements
EEC 02 Tasks analysis
EEC 03 Compliance with the architectural principles
EEC 04 Staff resources
EEC 05 Experience and reference to the standard product

The evaluation is always done with marks from 0 to 5:
0 = Cannot be evaluated; no details; poor fulfilment; insufficient or incomplete details; low relevance to the project
1 = Normal, average fulfilment; average quality, meets the requirements of the invitation to tender
3 = Good fulfilment; qualitatively good
5 = Very good fulfilment; qualitatively excellent, a very large contribution to the achievement of the objective

Choice of dialogue partners:
Qualification and selection as one of the max. of 3 dialogue partners are subject to the following conditions:
-All ECs must be fulfilled.
-The bidder must be among the three highest-rated qualified bidders in the points-based ranking.
Bidders who are not selected as dialogue partners are not qualified and are eliminated from the further procedure.

3.8 Evidence required

based on the evidence given below:
Required proof
The following proofs of eligibility/confirmations must be submitted together with the required tender documents (E001), failing which the tender cannot be considered:

For EC01: Confirmation in the tender documents
For EC02: Confirmation in the tender documents
For EC03: Confirmation in the tender documents
For EC04: Confirmation in the tender documents
For EC05: Confirmation in the tender documents

For EEC 01: Complete replies to the questions on system requirements.
For EEC 02: The bidder submits a task analysis on a maximum of 3 A4 pages.
For EEC 03: Complete replies to the questions on compliance with the architectural principles.
For EEC 04: Naming the key persons and their deputies and indication of relevant work experience, training and language qualifications. The bidder confirms that the key persons or their deputies are 80% available during the dialogue phase.
EEC 05: The bidder shall complete the tender documents in full for at least one reference as proof. A maximum of two references can be entered.

3.9 Conditions for obtaining the documents for participation

Costs :   CHF 0.00

3.10 Max. number of participants admitted

3

3.11 Intended date for the determination of the selected participants

15.03.2021

3.12 Intended deadline for submitting offers

15.12.2021

3.13 Languages

Languages for applications for participation: German

3.14 Validity of offers

6 Months after deadline for receipt of offers

3.15 Source for documents for participation in prequalification

at www.simap.ch
Documents for participation in prequalification are available as from: 02.12.2020  until  08.02.2021
Language of the participation documents: German

4. Other information

4.1 Conditions for tenderers from Non-Member States of the WTO Agreement on Government Procurement

none

4.2 Terms of business

According to the planned contractual document.

4.3 On-site visit

They are subject to reservation. No reverse auction rounds or price negotiations will be conducted. In the course of re-negotiations held after receipt of the final tender, adjustments to the tender or changes in the services may result in a corresponding price change.

4.4 Essential requirements

The client only awards public commissions for services in Switzerland to tenderers who comply with job security regulations and the conditions of work for employees, and provide equal payment for men and women.

4.6 Additional information

Other details
1. The contract will be awarded subject to the project being ready for procurement and to availability of the loans;
2. The preparation of the tenders will not be remunerated. The tender documents will not be returned;
3. Exclusion, previous involvement: AWK Group AG, e3 AG and Amstein Walthert Progress AG are excluded from participating in the present procedure;
4. The selective procedure with dialogue will be conducted in accordance with the rules set out in the specification of requirements (A002) section 3 and with the dialogue agreement (A005);
5. Remuneration for the prototype and the dialogues.
Provided that the conditions set out in the specification of requirements (A002) section 3.3 and in the dialogue agreement (A005) are met, the dialogue partner will receive compensation of CHF 60,000 (incl. VAT) against invoicing.

4.7 Official organ of publication

www.simap.ch

4.8 Procedures for appeal

Pursuant to Art. 30 of the Federal Act on Public Procurement, an appeal against this publication may be filed within 20 days since notification in writing in an official language of Switzerland to the Federal Administrative Court, Postfach, 9023 St.Gallen. The appeal petition must be submitted in duplicate and must contain the application, the grounds of appeal with details of the evidence and the signature of the appellant or his agent; a copy of the present publication and documents cited as evidence must be attached, provided they are in the appellant’s possession.