Statens vegvesen Tender document for equipment procurement: 0.2 Equipment for road toll collection - Kristiansand Document date: 01.12.2009 Archive no: 2009227630
TABLE OF CONTENTS Page 2 of 12 A TENDER INVITATION... 3 A.1 NORWEGIAN PUBLIC ROADS ADMINISTRATION... 3 A.2 SCOPE OF WORK AND TIME SCHEDULE... 3 A.3 PROCUREMENT PROCEDURE... 3 A.4 PUBLIC NOTICE... 3 A.5 TENDER CONFERENCE AND ON-SITE INSPECTION... 3 A.6 SUBMISSION OF TENDER... 3 A.7 TENDER OPENING... 3 A.8 ABIDANCE PERIOD... 4 A.9 CUSTOMER S CONTACT PERSON:... 4 B TENDER INSTRUCTIONS... 5 B.1 TENDER FOR PART OF THE WORK... 5 B.2 ALTERNATIVE TENDERS... 5 B.3 LAYOUT OF THE TENDER... 5 B.4 TENDER EVALUATION - QUALIFICATION REQUIREMENTS... 6 B.5 TENDER EVALUATION AWARD OF CONTRACT... 6 B.6 CONTRACT... 8 B.7 TENDER COSTS... 8 B.8 CLIENT CONFIDENTIALITY... 9 B.9 THE CUSTOMER S RIGHT TO MODIFY TENDER DOCUMENTS... 9 B.10 QUESTIONS FROM TENDERER... 9 B.11 REJECTED TENDERS... 9 C REQUIREMENTS SPECIFICATION... 10 C.1 PERSONAL STATEMENT OF HEALTH, ENVIRONMENT AND SAFETY... 11 D AGREEMENT FORM... 12
Page 3 of 12 A TENDER INVITATION A.1 Norwegian Public Roads Administration See the internet site: www.vegvesen.no for general information about the Norwegian Public Roads Administration. A.2 Scope of work and time schedule The Norwegian Public Roads Administration invites Tenderers to prepare tenders for delivery, installation and maintenance of Charging Point Equipment (CPE) for the following toll collection system: Kristiansand The delivery will take place towards Norwegian Public Roads Administration Region South as the Customer. The complete set of tender documents describes the scope of work and time schedule for the deliveries. A.3 Procurement procedure The Tendering process is based on: Norwegian Law on Public Procurement (Lov om offentlige anskaffelser av 16. juli 1999 nr. 69) and Norwegian Regulations on public procurements (Forskrift om offentlige anskaffelser av 7 april 2006). The value of the equipment procurement is above the EEA/WTO threshold. The following procurement procedure is used: Open tender competition Limited tender competition Competition with negotiations A.4 Public notice Notice of the procurement is given in: DOFFIN (below threshold) DOFFIN and TED data bases (above thresholds) A.5 Tender conference and on-site inspection No tender conference will be held A.6 Submission of tender Closing date for submission of tender is 04.02.2010, 12.00 p.m. Tenders not received within the closing date are rejected. The tender shall be delivered within a sealed envelope marked: Archive no. 2009227630 Tender: Samferdselspakke Kristiansand. The tender shall be delivered in duplicate, one marked as Original and the other as Copy. The tender shall also be delivered as digital files (PDF-format on a CD).
Page 4 of 12 The tender shall be delivered at the office address: Statens vegvesen Vegdirektoratet Brynsengfaret 6A OSLO The Tenderer takes the risk for delays regarding submission of its tender. A.7 Tender opening No public tender opening will take place. The tender opening will be held at: Brynsengfaret 04.02.2010, 13.00 p.m. A.8 Abidance period The Tenderer shall abide by the tender until date for contract signing. A.9 Customer s contact person: Name: Karsten Skotte-Eriksen Phone: +47 22073341 E-mail: karsten.skotte-eriksen@vegvesen.no
Page 5 of 12 B TENDER INSTRUCTIONS B.1 Tender for part of the work It is allowed to submit a tender covering part of the complete work. It is only allowed to submit a tender covering the complete work. B.2 Alternative tenders It is allowed to submit alternative tenders in addition to the requirements described in chapter C. Prices shall be given for each alternative. The total contract price shall be clearly described for each alternative. It is not allowed to submit alternative tenders. B.3 Layout of the tender All documents relating to the tender shall be in Norwegian, another Scandinavian language or English. The tender shall have the following table of contents: 1. Covering Letter The covering letter shall include possible reservations or deviations in relation to the tender documents and requirements and be signed by a responsible person on behalf of the Tenderer. 2. Qualification Information Description of the Tenderer and its resources including formal company documentation: Tax certificate: The Tenderer shall provide confirmation that it is free from debts concerning taxes and VAT. The debt confirmations shall be issued not earlier than 6 months previous to the submission date. For Norwegian Tenderers: Det skal vedlegges 2 skatteattester: Attest fra kemner/kommunekasserer (skatt, forskuddstrekk, påleggstrekk, arbeidsgiveravgift). Attest fra skattefogd i vedkommende fylke (merverdiavgift) Begge attestene har betegnelsen RF-1244 og er fastsatt av Skattedirektoratet. Personal statement of health environment and safety (HMS): In accordance with the Norwegian procurement regulations, a personal statement of health environment and safety shall be enclosed. The Tenderer shall make a declaration of complying with the Norwegian laws and regulations according to health, environment and security (HMS). The statement shall be signed by the company s managing director and an employee representative. A form is enclosed, see chapter C. The statement shall be issued within 6 months of the submission date.
Annual reports: Page 6 of 12 The tender shall include updated and approved information on the Tenderer s business and annual accounts for the last 3 years 2008, 2007 and 2006. The Tenderer shall provide a bank declaration on financial matters. Skills and resources: The company s skills, resources and capacity shall be described in the tender. The tender shall include references for similar delivery and maintenance contracts, with the customer s reference persons mentioned by name. 3. Table of quantities and prices See enclosed documents 0.5 Kristiansand - Bills of Quantities. 4. Technical Description Description of system solutions, product descriptions, interfaces, etc, related to the scope of work and requirement specifications. 5. List of Compliance See enclosed documents. B.4 Tender evaluation - Qualification requirements The following qualification requirements will be assessed: The company s financial and juridical position Competence, resources Capacity for performing deliveries and work The customer has the right to ask for supplementary information. B.5 Tender evaluation Award of contract The customer will award the contract to the Tenderer that has offered the: lowest price the economically most advantageous tender The project will be evaluated in terms of: Total price weight 40%. Consisting of: o Total price in Section 2 of Bills of Quantities. o Security key upgrade as described for the price scenario (Section 3.1 of Bills of Quantities). o Hourly prices for supplementary works, as described in the price scenario (Section 3.2 of Bills of Quantities).
Page 7 of 12 Functionality and technical value weight 20 % The following points will be weighted under the main bullet point Functionally and technical value. Criteria Technical description and quality with respect to; Design and functionality, Modularity of the solution, compliance to the specification, use of standardised solutions, system maintainability, documentation, testing in all phases and demonstration of project management. Flexibility within physical design and Charging Point geometry with respect to; equipment placement and, if applicable, support for options related to equipment placement. Tenderer s future plans for development of road charging equipments with respect to; how the tenderer foresee product support within the delivered system s lifetime, R&D activity within the area and roadmap of future development within the area. Weighted internally percent 40 % 40 % 20 % Service and Maintenance program weight 25% The following points will be weighted under the main bullet point Service and Maintenance program. Criteria Description of the proposed maintenance with respect to: preventive maintenance, discovering and reporting errors, corrective maintenance and service organisation. Weighted internally percent 60 % Description and location of spare parts. 40 % References weight 15 % The Tenderer shall give the Employer reference (contact person, email and phone number) to three contracts from within the five last years covering the activities in the evaluation criteria. The following points will be weighted under the main bullet point references. Criteria Weighted internally percent References of maintenance contracts. 40 % References of project management. 30 % References of system performance for delivered projects. 30 % NOTE: The Employer reserves the right to contact references in additions to the three references provided by the Tenderer.
Page 8 of 12 B.6 Contract The contract will be based on the standard government agreement forms regarding ITacquisitions (published by Statskonsult, revision January 2003): o The purchase agreement. Agreement regarding purchase, licensing and other performances o The maintenance agreement. Agreement regarding maintenance and services on equipment and programmes. o 0.8 AutoPASS Contract - Service and Maintenance after Defect Liability Period. B.7 Tender costs The Tenderer shall bear all costs associated with the preparation and submission of his tender and the customer will in no case be responsible or liable for those costs.
Page 9 of 12 B.8 Client confidentiality The Tenderer is obliged to keep client confidentiality regarding issues under this tender competition. B.9 The customer s right to modify tender documents Before the closing date for submission of tenders, the customer may modify the tender documents by issuing addenda. Every addendum will be submitted to the Tenderers: via Doffin via e-mail To give Tenderers reasonable time in which to take an addendum into account in preparing their tenders, the customer may extend, as necessary, the closing date for submission of tenders. B.10 Questions from tenderer Questions regarding this tender competition shall be forwarded to the customer s contact person (see section A.9): via Doffin via e-mail Question will be answered up to 10 working days before the closing date for submission of the tender. No questions will be answered in the period December 17 th 2009 to January 3 rd, 2010. B.11 Rejected tenders When the contract is signed, the other tenders cease to be binding. Submitted tenders will not be returned.
Page 10 of 12 C REQUIREMENTS SPECIFICATION The complete requirements specification consists of these documents: Tender documents 0.2 Tender document for equipment procurement. Equipment for road toll collection Kristiansand (this document) 0.3 Requirements to purchase agreement and the Maintenance agreement for Kristiansand 0.4 AutoPASS Specification, Kristiansand Project description and Scope of Work 0.5 AutoPASS Specification, Kristiansand - Bills of Quantities 0.8 AutoPASS Contract - Service and Maintenance after Defect Liability Period The Purchase Agreement, Agreement regarding purchase, licensing and other performances. Statskonsult January 2003 The Maintenance Agreement. Agreement regarding maintenance and service on equipment and programs. Statskonsult January 2003 AutoPASS specifications 1.1 AutoPASS Specification, Charging point equipment Terms, definitions and references 1.3 AutoPASS Specification, Charging point equipment Test strategy 2.1.1 AutoPASS Specification, Charging point equipment general requirements 2.1.2 AutoPASS Specification, Charging point equipment general requirements IST Test Procedures 2.2.1 AutoPASS Specification, Charging point equipment charging by OBU 2.2.2 AutoPASS Specification, Charging point equipment charging by OBU IST Test Procedures 2.3.1 AutoPASS Specification, Charging point equipment charging by LPN 2.3.2 AutoPASS Specification, Charging point equipment charging by LPN IST Test Procedures 2.6.1 AutoPASS Specification, Charging point equipment Monitoring control system 2.6.2 AutoPASS Specification, Charging point equipment Monitoring control system IST Test Procedures 2.8.1 AutoPASS Specification, Charging point equipment Autopass Radio Link 2.8.2 AutoPASS Specification, Charging point equipment Autopass Radio Link CPE Test Procedures 2.9.1 AutoPASS Specification, Charging point equipment EasyGo Radio Link 2.9.2 AutoPASS Specification, Charging point equipment EasyGo Radio Link IST Test Procedures 2.10.1 AutoPASS Specification, Charging point equipment Security 2.11.1 AutoPASS Specification, Charging point equipment - Common AutoPASS Key Distribution Method 3.1.1 AutoPASS Specification, Charging point equipment Interface CPE-CS 3.1.2 AutoPASS Specification, Charging point equipment Interface CPE-CS IST Test Procedure 4.1.1 AutoPASS Specification, Charging point equipment Service and Maintenance 4.1.2 AutoPASS Specification, Charging point equipment Service and Maintenance IST Test Procedure
Page 11 of 12 C.1 Personal statement of health, environment and safety This form shall be filled in and enclosed the tender. Denne bekreftelsen gjelder: EGENERKLÆRING OM HELSE, MILJØ OG SIKKERHET Firma:................................................................. Adresse:............................................................... Postnr./-sted:............................................................ Land*:................................................................ Det bekreftes med dette at denne virksomheten arbeider systematisk for å oppfylle kravene i helse-, miljø- og sikkerhetslovgivningen og ved det tilfredsstiller kravene i forskrift om systematisk helse-, miljø- og sikkerhetsarbeid i virksomheten (Internkontrollforskriften) fastsatt ved kgl. res. 6. desember 1996 i medhold av lov av 17. juni 2005 nr. 62 om arbeidsmiljø, arbeidstid og stillingsvern mv. (arbeidsmiljøloven). Det bekreftes at virksomheten er lovlig organisert i henhold til gjeldende skatte- og arbeidsmiljøregelverk når det gjelder ansattes faglige og sosiale rettigheter. Det aksepteres at oppdragsgiver etter anmodning vil bli gitt rett til gjennomgåelse og verifikasjon av virksomhetens system for ivaretakelse av helse, miljø og sikkerhet. Daglig leder Dato: (sign.) Det bekreftes med dette at det er iverksatt systematiske tiltak for å oppfylle ovennevnte krav i helse-, miljø- og sikkerhetslovgivningen. Representant for de ansatte (sign.) Dato: * For utenlandske oppdragstakere gjelder følgende: Det bekreftes med dette at det ved utarbeidelse av tilbudet er tatt hensyn til helse-, miljø- og sikkerhetslovgivningen som følger av forskrift om systematisk helse, miljø- og sikkerhetsarbeid i virksomheter (Internkontrollforskriften), fastsatt ved kgl. res. 6. desember 1996 i medhold av lov av 17. juni 2005 nr. 62 om arbeidsmiljø, arbeidstid og stillingsvern mv. (arbeidsmiljøloven). Det aksepteres at oppdragsgiver etter anmodning vil bli gitt rett til gjennomgåelse og verifikasjon av virksomhetens system for ivaretakelse av helse-, miljø- og sikkerhetsarbeid. Forpliktende underskrift Daglig leder (sign.) Dato:
Page 12 of 12 D AGREEMENT FORM This agreement is today entered into for delivering: o Nye Kristiansand between Customer: Organisation no.: Statens vegvesen 971032081 Post address: Phone no.: Post no.: Post office: Telefax no.: and Vendor: Postaddress: Organisation no.: Phone no.: Post no.: Post office: Telefax no.: The agreement consists of the following document, listed with priority. In case of inconsistency, the document with highest priority takes precedence: (1) Agreement form with annexes: o o (2) Requirements specification: o o (3) Vendor s tender dated dd/mm/yy: o o The agreement form with annexes is prepared in 2 signed copies for the Vendor and the Customer. Date: Place: Date: Place: Statens vegvesen Vendor