The subject of the order is to conduct a study on capacity improvement which would identify measures necessary to be implemented to increase the quality of the corridor products and enhance its capacity. The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Termin
Termin składania ofert wynosił 2019-01-28.
Zamówienie zostało opublikowane na stronie 2018-12-03.
Dostawcy
Następujący dostawcy są wymienieni w decyzjach o przyznaniu zamówienia lub innych dokumentach dotyczących zamówień:
Ogłoszenie o zamówieniu (2018-12-03) Instytucja zamawiająca Nazwa i adresy
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” Ezig
Adres pocztowy: 74 Targowa Street
Miasto pocztowe: Warsaw
Kod pocztowy: 03-734
Kraj: Polska 🇵🇱
Osoba kontaktowa: Weronika Karbowiak
Telefon: +48 224733517📞
E-mail: weronika.karbowiak@rfc8.eu📧
Region: Miasto Warszawa🏙️
URL: http://www.rfc-northsea-baltic.eu🌏 Komunikacja
Dokumenty URL: http://rfc8.eu/tenders/🌏
Obiekt Zakres zamówienia
Tytuł:
“Study on Capacity Improvement of Rail Freight Corridor North Sea – Baltic (Analysis of 740 m long trains)”
Produkty/usługi: Studia wykonalności, usługi doradcze, analizy📦
Produkty/usługi: DA01
📦
Krótki opis:
“The subject of the order is to conduct a study on capacity improvement which would identify measures necessary to be implemented to increase the quality of...”
Krótki opis
The subject of the order is to conduct a study on capacity improvement which would identify measures necessary to be implemented to increase the quality of the corridor products and enhance its capacity. The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Pokaż więcej
Wartość szacunkowa bez VAT: EUR 130 000 💰
1️⃣
Miejsce wykonania: Miasto Warszawa🏙️
Główne miejsce lub miejsce wykonywania działalności: Current and expected routes of the Rail Freight Corridor North Sea – Baltic.
Opis zamówienia:
“The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Rail Freight...”
Opis zamówienia
The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Rail Freight Corridor North Sea – Baltic has declared in the CEF Action "Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further development aiming at improving conditions for international rail freight transport", action number 2014-EU-TM-0217-S among other activities “Performing a study on capacity improvement”.
The study should result in proposing the most pragmatic and efficient measures (both infrastructure and operational), which may lead to the possibility of running 740 m trains on the entire corridor. This will help the RUs to improve the cost/benefit ratio of their trains.
The study should include the following work packages:
— WP 1 Description of the current situation,
— WP 2 Gap analysis,
— WP 3 Resulting measures and cost estimation,
— WP 4 Summary and recommendations.
The main task of the Contractor is to consolidate and analyze the data received, identify the bottlenecks, propose measures, calculate the costs and describe the results and give recommendations.
Analysis of the future corridor extensions to Latvia and Estonia (expected lines in Lithuania, Latvia and Estonia) are not in the scope of this study but may be awarded later on as a repetition of similar services after choosing the Contractor for the current study.
A detailed description of the subject of the order is given in Annex 1.1 to these Tender Rules – Terms of reference.
Pokaż więcej Kryteria przyznawania nagród
Cena nie jest jedynym kryterium udzielenia zamówienia, a wszystkie kryteria są określone tylko w dokumentach przetargowych
Zakres zamówienia
Szacunkowa wartość całkowita bez VAT: EUR 100 000 💰
Czas trwania zamówienia, umowy ramowej lub dynamicznego systemu zakupów
Poniższe ramy czasowe wyrażone są w liczbie miesięcy.
Opis
Czas trwania: 12
Zakres zamówienia
Informacje o funduszach Unii Europejskiej:
“Identification of the project: The project is co-financed from CEF funds "Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further...”
Informacje o funduszach Unii Europejskiej
Identification of the project: The project is co-financed from CEF funds "Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further development aiming at improving conditions for international rail freight transport", action number 2014-EU-TM-0217-S.
Pokaż więcej Opis
Informacje dodatkowe:
“The total estimated value of the contract in accordance with point II.1.5 is 130 000 EUR net (including repetition of similar services).
The total estimated...”
Informacje dodatkowe
The total estimated value of the contract in accordance with point II.1.5 is 130 000 EUR net (including repetition of similar services).
The total estimated value of the basic order in accordance with point II.2.6 is 100 000 EUR net.
Informacje prawne, ekonomiczne, finansowe i techniczne Warunki uczestnictwa
Wykaz i krótki opis warunków:
“The Contractor will submit to the Contracting party a Statement made in accordance with Annex No. 3 to the Tender Rules.” Sytuacja gospodarcza i finansowa
Wykaz i krótki opis kryteriów wyboru:
“The Contractor is required to prove having financial means or creditworthiness in the amount of not less than 20 000,00 EUR.
Evaluation of meeting the...”
Wykaz i krótki opis kryteriów wyboru
The Contractor is required to prove having financial means or creditworthiness in the amount of not less than 20 000,00 EUR.
Evaluation of meeting the condition will be based on the documents provided by the Contractor: information of the bank or the cooperative savings and credit bank where the Contractor holds an account, confirming the amount of financial means or the creditworthiness of the Contractor, issued not earlier than 3 months before the deadline for submission of the bid.
Pokaż więcej Zdolności techniczne i zawodowe
Wykaz i krótki opis kryteriów wyboru:
“The Contractors are required to indicate:
— executing during the last 3 years before the deadline of submission of the bid, at least 2 (two) studies in the...”
Wykaz i krótki opis kryteriów wyboru
The Contractors are required to indicate:
— executing during the last 3 years before the deadline of submission of the bid, at least 2 (two) studies in the scope of rail operations with a description of the value, object, date of execution, and the entities for which the services were performed with the attachment of evidence that the service was executed properly.
For the description of the value of services expressed in currencies other than EUR, the average exchange rate published by the National Bank of Poland from the first working day of the month of the notice of the proceedings should be taken.
Evaluation of meeting the condition will be based on documents submitted by the Contractor:
— a list of orders performed, including the subject matter of the order, the dates of execution and the recipients of the services, and the documents confirming that the services had been duly executed (prepared in accordance with Annex 4 to the Tender Rules).
Pokaż więcej Warunki uczestnictwa
Wykaz i krótki opis zasad i kryteriów:
“Criteria:
— Total gross price — 40 %,
— Skills of the Team Members – 20 %,
— Methodology and the project schedule – 40 %.
A detailed description is given in...”
Wykaz i krótki opis zasad i kryteriów
Criteria:
— Total gross price — 40 %,
— Skills of the Team Members – 20 %,
— Methodology and the project schedule – 40 %.
A detailed description is given in Tender Rules.
Pokaż więcej
Wymagane depozyty i gwarancje: Not required.
Główne warunki finansowania i ustalenia dotyczące płatności i/lub odniesienie do odpowiednich przepisów regulujących je: The contract is co-financed from the CEF funds.
Forma prawna, jaką musi przyjąć grupa wykonawców, którym zostanie udzielone zamówienie:
“Contractors may jointly apply for this order. A joint bid must meet the following requirements:
(a) contractors jointly applying for the order must...”
Forma prawna, jaką musi przyjąć grupa wykonawców, którym zostanie udzielone zamówienie
Contractors may jointly apply for this order. A joint bid must meet the following requirements:
(a) contractors jointly applying for the order must establish and appoint a Proxy to represent them in the proceedings for award of this order or to represent in the proceedings for award of this order and conclusion of a Contract for public procurement. Contractors appoint a proxy attorney who shall represent them in the procedure for awarding a procurement or to represent them in the procedure and conclude the agreement on the procurement;
(b) in case of submission of a joint bid, the detailed terms set out in Article 6.1-6.3 shall be deemed to be met if all the Contractors submitting the joint bid meet them, whereas the documents referred to in Article 6.4 must be submitted by each of the Contractors submitting a joint bid;
(c) the declaration referred to in Article 6.1 is jointly submitted by all the Contractors submitting the joint bid or by the Proxy on their behalf.
Pokaż więcej Warunki związane z umową
Warunki realizacji zamówienia:
“Detailed terms of the contract are given in Annex No. 6 to the Tender Rules – Draft Contract.”
Procedura Rodzaj procedury
Procedura otwarta
Informacje administracyjne
Poprzednia publikacja dotycząca tej procedury: 2017/S 247-521109
Termin składania ofert lub wniosków o dopuszczenie do udziału w postępowaniu: 2019-01-28
15:00 📅
Języki, w których można składać oferty lub wnioski o dopuszczenie do udziału w postępowaniu: angielski 🗣️
Poniższe ramy czasowe wyrażone są w liczbie miesięcy.
Minimalne ramy czasowe, w których oferent musi utrzymać ofertę: 2
Warunki otwarcia ofert: 2019-01-29
09:00 📅
Warunki otwarcia ofert (miejsce): 74 Targowa Street,
03-734 Warsaw,
Poland.
Informacje uzupełniające Informacje o elektronicznych przepływach pracy
Stosowana będzie płatność elektroniczna
Informacje dodatkowe
“The contracting entity will proceed for the award of a repetition of similar services concerning analysis of the future corridor extensions to Latvia and...”
The contracting entity will proceed for the award of a repetition of similar services concerning analysis of the future corridor extensions to Latvia and Estonia (expected lines in Lithuania, Latvia and Estonia). It may be awarded in the form of a single-source procedure, after negotiation with the Contractor, in particular as regards the terms of the contract, including the price, the date of execution and will rely on the repetition of the survey data only for these countries.
Pokaż więcej Organ kontrolny
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” Ezig
Adres pocztowy: 74 Targowa
Miasto pocztowe: Warsaw
Kod pocztowy: 03-734
Kraj: Polska 🇵🇱
Telefon: +48 224733517📞
E-mail: weronika.karbowiak@rfc8.eu📧
URL: http://www.rfc-northsea-baltic.eu🌏 Procedura przeglądu
Dokładne informacje na temat terminu (terminów) procedur odwoławczych:
“1) In case of violation of the provisions of the Tender Rules or an announcement concerning:
— conditions for participation in the procedure,
— criteria for...”
Dokładne informacje na temat terminu (terminów) procedur odwoławczych
1) In case of violation of the provisions of the Tender Rules or an announcement concerning:
— conditions for participation in the procedure,
— criteria for the evaluation of bids and their significance,
— rejection of the Contractor's bid.
Having or likely to affect the outcome of the proceedings - the Contractor may lodge a complaint;
2) The complaint shall be lodged within 5 calendar days running from the date on which the Contractor was informed or with due diligence one could have been informed of the circumstances giving rise to its lodging;
3) The complaint lodged after the deadline or by an entity not entitled to lodge complaints shall be rejected;
4) Complaints shall be received and decided on by the Contracting party conducting the procedure for awarding the procurement;
5) The complaint shall indicate the procedure giving rise to the complaint and include:
— brief description of the charges,
— legal and factual circumstances providing grounds for the complaint,
— the Contractor’s claims;
6) The Contracting party shall inform the Contractors participating in the procedure about the instance of lodging the complaint and about the content of the complaint. Contractors shall have the right to take part in the complaint procedure through providing a written statement;
7) If necessary, the Contracting party conducting the procedure shall inquire about prolonging the tender binding period to the Contractors;
8) The Contracting party may hear explanations provided by the Contractors having interest in the procedure. The hearing shall be public;
9) The Contracting party shall waive, reject or allow the complaint. Should the complaint be allowed, the Contracting party shall repeat the actions included in the complaint or the procedure for awarding the procurement shall be annulled;
10) The decision on the complaint shall be sent to the Contractors who are directly involved in the complaint within 10 days from the date of lodging.
Pokaż więcej Służba, od której można uzyskać informacje o procedurze odwoławczej
Nazwa: EEIG “North Sea-Baltic rail Freight Corridor” Ezig
Adres pocztowy: 74 Targowa
Miasto pocztowe: Warsaw
Kod pocztowy: 03-734
Kraj: Polska 🇵🇱
Telefon: +48 224733517📞
E-mail: weronika.karbowiak@rfc8.eu📧
URL: http://www.rfc-northsea-baltic.eu🌏
Źródło: OJS 2018/S 234-536055 (2018-12-03)
Dodatkowe informacje (2019-01-14) Instytucja zamawiająca Nazwa i adresy
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” EZIG
Obiekt Zakres zamówienia
Tytuł:
“Study on Capacity Improvement of Rail Freight Corridor North Sea – Baltic (Analysis of 740 m Long Trains)”
Informacje uzupełniające Numer referencyjny ogłoszenia pierwotnego
Numer ogłoszenia w Dz.U. S: 2018/S 234-536055
Zmiany Tekst, który należy poprawić w pierwotnym ogłoszeniu
Numer sekcji: III.1.3)
Miejsce tekstu, który ma być zmieniony: Technical and professional ability
Stara wartość
Tekst:
“The Contractors are required to indicate:
— executing during the last 3 years before the deadline of submission of the bid, at least 2 (two) studies in the...”
Tekst
The Contractors are required to indicate:
— executing during the last 3 years before the deadline of submission of the bid, at least 2 (two) studies in the scope of rail operations with a description of the value, object, date of execution, and the entities for which the services were performed with the attachment of evidence that the service was executed properly.
For the description of the value of services expressed in currencies other than EUR, the average exchange rate published by the National Bank of Poland from the first working day of the month of the notice of the proceedings should be taken.
Evaluation of meeting the condition indicated in Article 6.3. will be based on documents submitted by the Contractor:
— a list of orders performed, including the subject matter of the order, the dates of execution and the recipients of the services, and the documents confirming that the services had been duly executed (prepared in accordance with Annex 4 to the tender rules).
Pokaż więcej Nowa wartość
Tekst:
“The Contractors are required to indicate:
— executing during the last 5 years before the deadline of submission of the bid, at least 2 (two) studies in the...”
Tekst
The Contractors are required to indicate:
— executing during the last 5 years before the deadline of submission of the bid, at least 2 (two) studies in the scope of rail operations with a description of the value, object, date of execution, and the entities for which the services were performed with the attachment of evidence that the service was executed properly.
For the description of the value of services expressed in currencies other than EUR, the average exchange rate published by the National Bank of Poland from the first working day of the month of the notice of the proceedings should be taken.
Evaluation of meeting the condition indicated in Article 6.3. will be based on documents submitted by the Contractor:
— a list of orders performed, including the subject matter of the order, the dates of execution and the recipients of the services, and the documents confirming that the services had been duly executed (prepared in accordance with Annex 4 to the tender rules).
Pokaż więcej
Źródło: OJS 2019/S 011-022629 (2019-01-14)
Ogłoszenie o udzieleniu zamówienia (2019-03-29) Obiekt Zakres zamówienia
Tytuł:
“Study on Capacity Improvement of Rail Freight Corridor North Sea — Baltic (Analysis of 740 m Long Trains)”
Całkowita wartość zamówienia (bez VAT): EUR 100 000 💰
Opis
Główne miejsce lub miejsce wykonywania działalności: Current and expected routes of the Rail Freight Corridor North Sea — Baltic.
Opis zamówienia:
“The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Rail Freight...”
Opis zamówienia
The aim of the study is to analyze the most important parameter that has the highest impact on the capacity, which is the train length.
Rail Freight Corridor North Sea — Baltic has declared in the CEF Action: Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further development aiming at improving conditions for international rail freight transport, action number 2014-EU-TM-0217-S among other activities “Performing a study on capacity improvement”.
The study should result in proposing the most pragmatic and efficient measures (both infrastructure and operational), which may lead to the possibility of running 740 m trains on the entire corridor. This will help the RUs to improve the cost/benefit ratio of their trains.
The study should include the following work packages:
— WP 1 Description of the current situation,
— WP 2 Gap analysis,
— WP 3 Resulting measures and cost estimation,
— WP 4 Summary and recommendations.
The main task of the Contractor is to consolidate and analyze the data received, identify the bottlenecks, propose measures, calculate the costs and describe the results and give recommendations.
Analysis of the future corridor extensions to Latvia and Estonia (expected lines in Lithuania, Latvia and Estonia) are not in the scope of this study but may be awarded later on as a repetition of similar services after choosing the Contractor for the current study.
A detailed description of the subject of the order is given in Annex 1.1 to these Tender Rules — Terms of reference.
Pokaż więcej Kryteria przyznawania nagród
Kryterium jakości (nazwa): Skills of the team members
Kryterium jakości (waga): 20
Kryterium jakości (nazwa): Methodology and the project schedule
Kryterium jakości (waga): 40
Cena (waga): 40
Opis
Informacje dodatkowe:
“The total estimated value of the contract in accordance with point II.1.5) is 130 000 EUR net (including repetition of similar services).
The total...”
Informacje dodatkowe
The total estimated value of the contract in accordance with point II.1.5) is 130 000 EUR net (including repetition of similar services).
The total estimated value of the basic order in accordance with point II.2.6) is 100 000 EUR net.
Procedura Informacje administracyjne
Poprzednia publikacja dotycząca tej procedury: 2018/S 234-536055
Udzielenie zamówienia
1️⃣
Numer umowy: 1
Tytuł:
“Study on Capacity Improvement of Rail Freight Corridor North Sea — Baltic (Analysis of 740 m Long Trains)”
Data zawarcia umowy: 2019-03-29 📅
Informacje o przetargach
Liczba otrzymanych ofert: 7
Liczba ofert otrzymanych od oferentów z innych państw członkowskich UE: 4
Zamówienie zostało udzielone grupie wykonawców ✅ Nazwa i adres wykonawcy
Nazwa: Tplan Consulting S.r.I., Via Cesare Beccaria 16, 40026 Imola-Bologna, Italy
Adres pocztowy: Via Cesare Beccaria 16
Miasto pocztowe: Imola-Bologna
Kod pocztowy: 40026
Kraj: Włochy 🇮🇹
Region: Bologna 🏙️
Wykonawca jest małym lub średnim przedsiębiorcą ✅
Nazwa: HaCon Ingenieurgesellschaft mbH, 30163 Hanover, Germany
Miasto pocztowe: Hannover
Kod pocztowy: 30163
Kraj: Niemcy 🇩🇪
Region: Hannover 🏙️
Nazwa: RAILISTICS GmbH, 65185 Wiesbaden, Germany
Miasto pocztowe: Wiesbaden
Kod pocztowy: 65185
Region: Wiesbaden, Kreisfreie Stadt 🏙️ Informacja o wartości zamówienia/działki (bez VAT)
Całkowita wartość umowy/działki: EUR 92 150 💰
Informacje uzupełniające Organ kontrolny
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” EZIG
Procedura przeglądu
Dokładne informacje na temat terminu (terminów) procedur odwoławczych:
“1) In case of violation of the provisions of the tender rules or an announcement concerning:
— conditions for participation in the procedure,
— criteria for...”
Dokładne informacje na temat terminu (terminów) procedur odwoławczych
1) In case of violation of the provisions of the tender rules or an announcement concerning:
— conditions for participation in the procedure,
— criteria for the evaluation of bids and their significance,
— rejection of the Contractor's bid.
Having or likely to affect the outcome of the proceedings — the Contractor may lodge a complaint;
2) The complaint shall be lodged within 5 calendar days running from the date on which the Contractor was informed or with due diligence one could have been informed of the circumstances giving rise to its lodging;
3) The complaint lodged after the deadline or by an entity not entitled to lodge complaints shall be rejected;
4) Complaints shall be received and decided on by the Contracting party conducting the procedure for awarding the procurement;
5) The complaint shall indicate the procedure giving rise to the complaint and include:
— brief description of the charges,
— legal and factual circumstances providing grounds for the complaint,
— the Contractor’s claims;
6) The Contracting party shall inform the Contractors participating in the procedure about the instance of lodging the complaint and about the content of the complaint. Contractors shall have the right to take part in the complaint procedure through providing a written statement;
7) If necessary, the Contracting party conducting the procedure shall inquire about prolonging the tender binding period to the Contractors;
8) The Contracting party may hear explanations provided by the Contractors having interest in the procedure. The hearing shall be public;
9) The Contracting party shall waive, reject or allow the complaint. Should the complaint be allowed, the Contracting party shall repeat the actions included in the complaint or the procedure for awarding the procurement shall be annulled;
10) The decision on the complaint shall be sent to the Contractors who are directly involved in the complaint within 10 days from the date of lodging.
Pokaż więcej Służba, od której można uzyskać informacje o procedurze odwoławczej
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” EZIG
Źródło: OJS 2019/S 065-153055 (2019-03-29)