Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 425154-2022

Unrevised Machine Translation

03/08/2022    S148

Germany-Frankfurt-on-Main: Network management software services

2022/S 148-425154

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Stadtwerke Verkehrsgesellschaft Frankfurt am Main mbH
Postal address: Kurt-Schumacher-Straße 8
Town: Frankfurt am Main
NUTS code: DE712 Frankfurt am Main, Kreisfreie Stadt
Postal code: 60311
Country: Germany
Contact person: Latocha, Eva Maria
E-mail: e.latocha@vgf-ffm.de
Telephone: +49 6921326219
Fax: +49 6921323336
Internet address(es):
Main address: https://www.vgf-ffm.de/
Address of the buyer profile: https://www.vgf-ffm.de/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://bieterzugang.deutsche-evergabe.de/evergabe.bieter/api/external/deeplink/subproject/4f3d9a56-4ceb-477e-b1c4-abba7f3d0382
Additional information can be obtained from the abovementioned address
I.6)Main activity
Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Call for tenders for the general IT system Frankfurt Data MIND — Frankfurt MIND Analytical Data Platform

Reference number: VGF-EU 170/22
II.1.2)Main CPV code
72511000 Network management software services
II.1.3)Type of contract
Services
II.1.4)Short description:

Creation and implementation of the operational readiness of an overall IT system (data platform)

for the Frankfurt-MIND project as a productive system, Frankfurt Data MIND including installation, installation and integration of the system components (hardware and software), rental

hardware/cloud solution, provision of standard software, other services for:

System creation (migration of the existing development and testing system to the new cloud solution to be provided), take-over of project management and system service after acceptance.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
32400000 Networks
32423000 Network hubs
32424000 Network infrastructure
48000000 Software package and information systems
48140000 Railway traffic control software package
48610000 Database systems
48612000 Database-management system
48614000 Data-acquisition system
48781000 System management software package
48800000 Information systems and servers
48810000 Information systems
48813000 Passenger information system
48813200 Real-time passenger information system
48821000 Network servers
48900000 Miscellaneous software package and computer systems
72212140 Railway traffic control software development services
72212620 Mainframe operating system software development services
72212780 System, storage and content management software development services
72212900 Miscellaneous software development services and computer systems
72220000 Systems and technical consultancy services
72222100 Information systems or technology strategic review services
72222200 Information systems or technology planning services
72224100 System implementation planning services
72240000 Systems analysis and programming services
II.2.3)Place of performance
NUTS code: DE712 Frankfurt am Main, Kreisfreie Stadt
II.2.4)Description of the procurement:

Creation and operationalisation of an overall IT system (data platform for the

Frankfurt MIND project as a productive system and sandbox) Frankfurt Data MIND including installation,

Installation and integration of system components (hardware and software), cloud services, supply

of standard software, other system creation services (migration of previous development and

Testing systems (ETS) on the productive system and sandbox, taking over project management, and

System service after acceptance.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Qualität der angebotenen Leistung / Weighting: 30
Quality criterion - Name: Umsetzungskonzept / Weighting: 20
Cost criterion - Name: Preis / Weighting: 50
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 09/12/2022
End: 01/03/2028
This contract is subject to renewal: no
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

Duration 5 years after successful acceptance

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:

Absence of grounds for exclusion under Sections 123 and 124 of the GWB

Evidence of professional and environmental risk indemnity insurance of the applicant:

Business indemnity insurance: Cover amount of at least EUR 5 million flat-rate cover for personal injury and material damage and EUR 100 000 for financial damage per two times maximum p.a.

Environmental liability insurance: Coverage level of at least EUR 5 million for persons, in kind and

co-insured asset damage, one-fold maximum p.a.

Minimum level(s) of standards possibly required:

Minimum turnover for comparable services over the last three financial years for which accounts have been closed on average with:

(net) EUR 1 000 000.00 (sale or rental of hardware or cloud operations and development;

Migration and operation of technical solutions for data analytics and reporting in the field of

Mobility, logistics or transport).

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Evidence of information security measures:

Certificate in accordance with DIN EN ISO 27001 et seq. or, failing that, an equivalent description as in the

Effective information security management is in place for companies.

Evidence of quality assurance measures:

Certificate in accordance with DIN EN ISO 9001 et seq. or, failing that, an equivalent description as in the

Quality assurance is carried out by the company.

References of projects as proof of professional and technical capacity.

References for completed or substantial parts in the last three years are:

demonstrate completed projects as follows:

References of at least two projects with the design and development of solutions for the

Data analysis and reporting for or in institutions, authorities or organisations.

References of at least two projects with delivery, migration and operation of solutions for:

comparable IT systems for or in institutions, authorities or organisations.

Submitted references shall be valued in all eligible categories, provided that they:

meet category-specific requirements. It is also possible that a reference can be submitted as evidence for several criteria (multiple use of references).

Experience and qualifications of project managers:

Project leader and deputy project leader with at least Bachelor’s degree in an IT-proximity

Discipline (e.g. economics) with at least 5 years of professional experience in similar projects.

In addition, at least one personal reference of the project leader for a similar project for:

public bodies, authorities or organisations with similar requirements in:

Management function.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

according to procurement documents

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Joint tenderers and other joint tenderers are jointly and severally liable for the proposed service. They must designate in the tender all the members of the group and one of their members as the lead contractor for the procurement procedure and the conclusion of the contract.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Penalties shall be agreed in the event of non-performance of obligations under the contract.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 29/08/2022
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/09/2022
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
Tender must be valid until: 31/12/2022

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

(a) The procurement documents are made available exclusively electronically on the procurement portal of German eProcurement.

Tenders may only be submitted there, electronically in text form. Interested parties who have downloaded the public procurement documents directly from the indicated URL are reminded:

that they can only be informed after registration, any questions concerning tenderers, information concerning tenderers and any changes to the procurement documents.

(b) replies to tenderers’ questions and communication between tenderers and the contracting authority are carried out exclusively through the German procurement platform.

Interested parties are therefore obliged to check regularly in their electronic mailbox whether messages have been received.

C) The tender must be submitted using the forms provided for this purpose on the allocation platform. Non-editable forms must be printed, completed and scanned.

(D)Where a scanned declaration from third parties is submitted, the contracting authority reserves the right to request the original from the tenderer.

In the case of foreign tenderers, the presentation of third-party certificates must be accompanied by equivalent certificates from the country of origin.

Documents which are not written in German must be accompanied by a certified translation into German.

(e) in order to ensure equal treatment of candidates, questions concerning this contract notice will only be answered in text form via the tendering platform’s communication.

(F) One bid per tenderer is admissible. Multiple participation as a sole tenderer and as a member of a consortium is not allowed.

(g) tenderers who, in order to demonstrate their suitability, rely on the capacities of other entities (e.g. subcontractors, group affiliates)

these capacities must be supported in the tender (Form Technical and Professional Capacity Loan and/or Fitness Loan Economic and Financial Capacity)

indicate and prove already with the tender by means of an undertaking from the other company (form commitment letter of suitability loan),

that they have at their disposal the resources necessary for the performance of the contract. Like the tenderer, the other company must provide the supporting documents and declarations referred to in III.1.1.

In the event that a tenderer relies on the capacities of another entity with regard to the economic and/or financial capacity required, Paragraph 47(3) of the SektVO applies.

(H) The contracting authority does not sign the European Single Procurement Document (ESPD) as proof of suitability;

(I) The contracting authority shall apply Paragraphs 122 to 126 of the GWB.

(J) Tenderers shall declare that, in the event of award of the contract, they will grant their employees, in performance of the contract, the working conditions, including remuneration;

which, in terms of type and amount, comply at least with the requirements of the collective agreement to which the undertaking is bound by virtue of the employee-posting agency (AEntG) or, in any event, if:

the relevant collective bargaining regime is not in any case more favourable to employees — a remuneration which complies with the Minimum Wage Act (MiLoG) (additional requirement for performance of the contract).

The contracting authority may also require appropriate declarations of compliance and minimum tariffs to be submitted by all sub-contractors and distributors after the award of the contract.

(K) The contracting authority is obliged to use the HVA documents. The references to the VgV in the procurement documents or HVA forms should be referred mutatis mutandis to the SektVO.

(L) In accordance with Paragraph 15(4) of the SektVO, the contracting authority reserves the right to award the initial tender without negotiation.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Bundeskartellamt - Vergabekammern des Bundes
Postal address: Villemombler Straße 76
Town: Bonn
Postal code: 53123
Country: Germany
E-mail: vk@bundeskartellamt.bund.de
Telephone: +49 22894990
Fax: +49 2289499163
Internet address: http://www.bundeskartellamt.de
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Time limit for lodging an application for review before the Public Procurement Board pursuant to 160(3) GWB:

An application for review shall be inadmissible in so far as:

The applicant has recognised the alleged infringement of public procurement rules before lodging the application for review and has not raised a complaint with the contracting authority within a period of 10 calendar days; the expiry of the period referred to in Section 134(2) of the GWB shall not be affected,

2.Infringements of public procurement rules which are apparent from the contract notice are not raised against the contracting authority no later than the deadline for submission of applications or tenders specified in the contract notice;

3.Infringements of public procurement rules which are only apparent in the tender documents are not raised against the contracting authority by the deadline for submission of applications or tenders at the latest;

4.more than 15 calendar days have elapsed after receipt of the contracting authority’s notification of its intention not to remedy a complaint.

The first sentence shall not apply in the case of an application for a declaration that the contract is invalid pursuant to Paragraph 135(1)(2) of the GWB. The second sentence of Section 134(1) of the GWB remains unaffected.

VI.5)Date of dispatch of this notice:
29/07/2022