The subject of the order is to conduct the Transport Market Study of the Rail Freight Corridor North Sea — Baltic relating to the observed and expected changes in the traffic on the freight corridor, as a consequence of its being established, covering the different types of traffic, both regarding the transport of freight and the transport of passengers. This study has to also review, where necessary, the socio-economic costs and benefits stemming from the establishment of the freight corridor.
Termin
Termin składania ofert wynosił 2018-08-27.
Zamówienie zostało opublikowane na stronie 2018-07-16.
Dostawcy
Następujący dostawcy są wymienieni w decyzjach o przyznaniu zamówienia lub innych dokumentach dotyczących zamówień:
Obiekt Zakres zamówienia
Tytuł: Transport Market Study of the Rail Freight Corridor North Sea — Baltic
Produkty/usługi: Studia wykonalności, usługi doradcze, analizy📦
Produkty/usługi: DA01
📦
Krótki opis:
“The subject of the order is to conduct the Transport Market Study of the Rail Freight Corridor North Sea — Baltic relating to the observed and expected...”
Krótki opis
The subject of the order is to conduct the Transport Market Study of the Rail Freight Corridor North Sea — Baltic relating to the observed and expected changes in the traffic on the freight corridor, as a consequence of its being established, covering the different types of traffic, both regarding the transport of freight and the transport of passengers. This study has to also review, where necessary, the socio-economic costs and benefits stemming from the establishment of the freight corridor.
1️⃣
Dodatkowe produkty/usługi: Studia wykonalności, usługi doradcze, analizy📦
Miejsce wykonania: Miasto Warszawa🏙️
Główne miejsce lub miejsce wykonywania działalności: Current and expected routes of the Rail Freight Corridor North Sea – Baltic.
Opis zamówienia:
“An essential part of the implementation plan for the freight corridor was the Transport Market Study (TMS) that was finalized in March 2014. According to...”
Opis zamówienia
An essential part of the implementation plan for the freight corridor was the Transport Market Study (TMS) that was finalized in March 2014. According to Article 9.3 of the Regulation (EU) 913/2010, rail freight corridors are obliged to “periodically update” the existing transport market studies.
The following specific aims and expected results can be defined to fulfil the requirements from Regulations (EU) 913/2010 and 1316/2013:
— short socio-economic analysis, for the proposed, above-mentioned extensions and reaffirmation of the existing PEST analysis,
— analysis of the current situation of rail freight traffic / volumes and passenger traffic on the RFC NS-B routes, including proposed extensions,
— prognosis for rail freight traffic / volumes on the full scope of RFC NS-B, including proposed extensions.
Expected content of the TMS:
1. Definition of the corridor catchment area and results on possible terminals belonging to the corridor extension.
2. General socio-economic development on the corridor:
— analysis of current transport market on the corridor,
— transport volumes per O/D trade lane and mode.
3. Transport volumes per market segment and mode:
— evaluation of the future transport market development on the corridor,
— transport volumes per O/D trade pair and mode and transport volumes per market segment and mode (short term).
4. Evaluation of the future transport market development on the corridor:
— transport volumes per O/D trade laines and mode and transport volumes per market segment and mode (short term),
— summary of Rail Baltica Global Project (long-term).
5. Conclusions and Executive Summary:
A detailed description of the subject of the order is given in Annex nº 1 to the 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
Czas trwania zamówienia, umowy ramowej lub dynamicznego systemu zakupów
Poniższe ramy czasowe wyrażone są w liczbie miesięcy.
Opis
Czas trwania: 10
Zakres zamówienia
Informacje o funduszach Unii Europejskiej:
“CEF funds "Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further development aiming at improving conditions for international rail...”
Informacje o funduszach Unii Europejskiej
CEF funds "Establishment of Rail Freight Corridor „North Sea – Baltic“ and its further development aiming at improving conditions for international rail freight transport".
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 3.1 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 45 000,00 EUR.
Evaluation of meeting the above...”
Wykaz i krótki opis kryteriów wyboru
The Contractor is required to prove having financial means or creditworthiness in the amount of not less than 45 000,00 EUR.
Evaluation of meeting the above 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 bids.
Pokaż więcej Zdolności techniczne i zawodowe
Wykaz i krótki opis kryteriów wyboru:
“The Contractors are required to indicate:
— executing during the last 5 years before the deadline of submission of the bid, at least 3 (three) Transport...”
Wykaz i krótki opis kryteriów wyboru
The Contractors are required to indicate:
— executing during the last 5 years before the deadline of submission of the bid, at least 3 (three) Transport Market studies in the scope of rail transport 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 nº 3.3 to the Tender Rules).
Pokaż więcej Warunki uczestnictwa
Wykaz i krótki opis zasad i kryteriów:
“— total gross price: 60%,
— skills of the Team Members Performing: 10%,
— methodology of the study and the project schedule: 30%.
A detailed description is...”
Wykaz i krótki opis zasad i kryteriów
— total gross price: 60%,
— skills of the Team Members Performing: 10%,
— methodology of the study and the project schedule: 30%.
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 establish...”
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 6.3 shall be deemed to be met if all the Contractors submitting the joint bid meet them, whereas the documents referred to in Article 6.3 and 6.4 indicating that the bid is not subject to rejection must be submitted by each of the Contractors submitting a joint bid;
c) the declaration referred to in Article 6 is jointly submitted by all the Contractors submitting the joint bid.
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
Termin składania ofert lub wniosków o dopuszczenie do udziału w postępowaniu: 2018-08-27
16:00 📅
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: 2018-08-28
11:00 📅
Warunki otwarcia ofert (miejsce): 74 Targowa Street, 03-734 Warsaw, Poland.
Informacje uzupełniające Informacje o elektronicznych przepływach pracy
Stosowana będzie płatność elektroniczna
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 1 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 lodging 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:
1) brief description of the charges;
2) legal and factual circumstances providing grounds for the complaint;
3) the Contractors claims.
6. The Contracting party shall inform 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 Contractors.
8. The Contracting party may hear explanations provided by the Contractors having interest in the procedure as well as the Contracting party’s explanations. 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 complained 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 136-311745 (2018-07-16)
Ogłoszenie o udzieleniu zamówienia (2018-11-16) Instytucja zamawiająca Nazwa i adresy
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” Ezig
Instytucja zamawiająca (dodatkowa)
Nazwa: EEIG “North Sea-Baltic Rail Freight Corridor” Ezig
Adres pocztowy: 74 Targowa Street
Miasto pocztowe: Warsaw
Osoba kontaktowa: Weronika Karbowiak
Telefon: +48 224733517📞
Instytucja zamawiająca Informacja o wspólnych zamówieniach
Umowa obejmuje wspólne zamówienia
Obiekt Zakres zamówienia
Krótki opis:
“The subject of the order is to conduct the Transport Market Study of the Rail Freight Corridor North Sea-Baltic relating to the observed and expected...”
Krótki opis
The subject of the order is to conduct the Transport Market Study of the Rail Freight Corridor North Sea-Baltic relating to the observed and expected changes in the traffic on the freight corridor, as a consequence of its being established, covering the different types of traffic, both regarding the transport of freight and the transport of passengers. This study has to also review, where necessary, the socio-economic costs and benefits stemming from the establishment of the freight corridor.
Pokaż więcej
Całkowita wartość zamówienia (bez VAT): EUR 74 700 💰
Opis
Opis zamówienia:
“An essential part of the implementation plan for the freight corridor was the Transport Market Study (TMS) that was finalized in March 2014. According to...”
Opis zamówienia
An essential part of the implementation plan for the freight corridor was the Transport Market Study (TMS) that was finalized in March 2014. According to Article 9.3 of the Regulation (EU) 913/2010, rail freight corridors are obliged to “periodically update” the existing transport market studies.
The following specific aims and expected results can be defined to fulfil the requirements from Regulations (EU) 913/2010 and 1316/2013:
— short socio-economic analysis, for the proposed, above-mentioned extensions and reaffirmation of the existing PEST analysis,
— analysis of the current situation of rail freight traffic/volumes and passenger traffic on the RFC NS-B routes, including proposed extensions,
— prognosis for rail freight traffic/volumes on the full scope of RFC NS-B, including proposed extensions.
Expected content of the TMS:
1) Definition of the corridor catchment area and results on possible terminals belonging to the corridor extension;
2) General socio-economic development on the corridor:
— analysis of current transport market on the corridor,
— transport volumes per O/D trade lane and mode;
3) Transport volumes per market segment and mode:
— evaluation of the future transport market development on the corridor,
— transport volumes per O/D trade pair and mode and transport volumes per market segment and mode (short term);
4) Evaluation of the future transport market development on the corridor:
— transport volumes per O/D trade laines and mode and transport volumes per market segment and mode (short term),
— summary of Rail Baltica Global Project (long-term).
5) Conclusions and executive summary.
A detailed description of the subject of the order is given in Annex No. 1 to the Tender Rules – Terms of reference.
Pokaż więcej Kryteria przyznawania nagród
Kryterium jakości (nazwa): Skills of the team members
Kryterium jakości (waga): 10 %
Kryterium jakości (nazwa): Methodology of the study and the project schedule
Kryterium jakości (waga): 30 %
Cena (waga): 60 %
Procedura Informacje administracyjne
Poprzednia publikacja dotycząca tej procedury: 2018/S 136-311745
Udzielenie zamówienia
1️⃣
Numer umowy: 1
Tytuł: Transport Market Study of the Rail Freight Corridor North Sea — Baltic
Data zawarcia umowy: 2018-11-12 📅
Informacje o przetargach
Liczba otrzymanych ofert: 7
Liczba ofert otrzymanych od oferentów z innych państw członkowskich UE: 5
Zamówienie zostało udzielone grupie wykonawców ✅ Nazwa i adres wykonawcy
Nazwa: Tplan Consulting S.r.l. and HaCon Ingenieurgesellschaft mbH
Adres pocztowy: Via Cesare Beccaria, 16
Miasto pocztowe: Imola-Bologne
Kod pocztowy: Imola — Bologna 4002
Kraj: Włochy 🇮🇹
Region: Bologna 🏙️
Wykonawca jest małym lub średnim przedsiębiorcą
Nazwa: HaCon Ingenieurgesellschaft mbH, Hannover, Germany
Adres pocztowy: Lister Street 15
Miasto pocztowe: Hannover
Kod pocztowy: 30163
Kraj: Niemcy 🇩🇪
Region: Hannover 🏙️
Wykonawca jest małym lub średnim przedsiębiorcą ✅ Informacja o wartości zamówienia/działki (bez VAT)
Całkowita wartość umowy/działki: EUR 74 700 💰
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 lodging 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:
(1) brief description of the charges;
(2) legal and factual circumstances providing grounds for the complaint;
(3) the contractors claims;
6) The Contracting party shall inform 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 contractors;
8) The Contracting party may hear explanations provided by the contractors having interest in the procedure as well as the Contracting party’s explanations. 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 complained 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 2018/S 223-511452 (2018-11-16)