UFFICIO FEDERALE DELLE STRADE USTRA FILIALE BELLINZONA DIVISIONE INFRASTRUTTURA STRADALE EST has floated a tender for Contract notice: Construction project management services. The project location is Switzerland and the tender is closing on 10 Jul 2020. The tender notice number is 236067-2020, while the TOT Ref Number is 43005873. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Switzerland

Summary : Contract notice: Construction project management services

Deadline : 10 Jul 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 43005873

Document Ref. No. : 236067-2020

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : UFFICIO FEDERALE DELLE STRADE USTRA FILIALE BELLINZONA DIVISIONE INFRASTRUTTURA STRADALE EST
Office Name: Ufficio federale delle strade USTRA Filiale Bellinzona divisione Infrastruttura stradale Est
Address: Via C. Pellandini 2a
Town: Bellinzona
Postal Code: 6500
Contact Point: N2 Galleria Melide-Grancia, Direzione generale dei lavori (DGL)



Switzerland
Email :acquistipubblici@astra.admin.ch
URL :https://www.simap.ch

Tender Details

Object of the contract
Construction project management services

Description: Contract notice: Construction project management services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: GPA
Award criteria: The most economic tender
CPV code: 71541000, 71541000
CPV Description: Construction project management services.

N2 Galleria Melide Grancia services for the general management of works (DGT)

See point 4.5

Main Site: 6916 Grancia 6815 Melide, Svizzera (area cantiere presso il portale nord Grancia)

See point 4.5

Supporting documents / the following certificates must be attached to the tender dossier, failing which this cannot be taken into consideration.on:

- for ci1: experience / reference of the tenderer:

A comparable reference. In the assessment of suitability, a reference is considered to be comparable if it meets at least the following conditions:

a) general or local management of the works, representing the office of support to the contracting authority or equivalent functions;

b) national road infrastructure project, railway or major highways or other road infrastructure;

c) minimum amount of the mandate 500, 000 CHF;

d) fully executed service, or minimum amount of the mandate already invoiced of 500, 000 CHF.

- for ci2: key person, reference:

a key person for the purpose of assessing the aptitude criteria is a person who performs the following function in the performance of the contract:

—— responsable / head of the general works directorate / DGT civil engineering.

Minimum requirements so that the key person can assess the aptitude criteria:

a qualified EPF, HES engineer or equivalent, with a reference as head of the DGT or DLT or alternate head of DGT or DLT or equivalent function in a project that meets at least the following requirements:

a) project concerfrom national road, rail or major highways or other road infrastructures;

b) minimum amount of the mandate 500 000 CHF;

c) fully executed service, or minimum amount of the mandate already invoiced of 500 000 CHF;

- for ci3: declaration of availability:

Confirmation of availability of key personnel:

1) minimum availability of chief DGL / DGL civil engineering40% in 2021 and 40% in 2022;

2) minimum availability of the chief substitute DGL / DGL BSA: 40% in 2021 and 40% in 2022;

- for ci4: economic-financial aptitude:

—— confirms that a maximum of 50% of the services are subcontracted;

—— proof of the tenderer`s turnover for the years 2018 and 2019, which must be greater than twice the annual turnover of the market;

- documents thatthe tenderer must submit, at the request of the contracting authority, after sending the tender:

—— extract from the commercial register;

—— extract from the prosecution register;

—— extract from the AVS compensation fund / AI / APG / AC;

—— confirmation from the LAA insurer;

—— confirmation from the administration of contributions;

—— insurance certificates dated less than three months before the delivery datethe offer.

- partial offers are not accepted;

- conditions for countries which have not acceded to WTO agreements: none;

- general conditions: General Conditions (CG) KBOB for planning services, 2015 edition;

- negotiations: negotiations remain reserved. There will be no reverse auctions or price negotiations. The subsequent negotiations intendedrevising the offers or modifying the services may have an influence on the price;

- conditions governing the procedure: the contracting authority awards public contracts for services in Switzerland only to contractors who guarantee compliance with the provisions on the protection of workers, working conditions and equal pay for men and women;

- other indications:

1) detailed description of the tasks:

- the project concerns the realization of extraordinary maintenance works of the Melide Grancia Tunnel (also called S. Salvatore), located on the N2 highway, at kilometers 18, 700 and 20, 430, between the municipalities of Melide and Grancia;

- the specific objectives of the project are the improvement of operating conditions andcurity of the tunnel and the extension of the remaining usage time until the next global intervention;

- the civil engineering adaptation interventions (BAU sector) within the framework of the UeMa MGG measures (transitional conservation measures) covered by this call for tenders concern:

—— intervention of structural consolidation of the internal coating of the tunnel;

—— interdrainage units and construction of the system for collecting and channeling water from the rock mass;

- therefore, the UeMa project includes interventions to adjust technical operating equipment and tunnel safety (BSA sector), allowing maintenance of the functionality of the tunnel during the construction period and then until the end of the useful lifeization of existing infrastructure;

- EuMa intervention measures are planned only during the night (night site) with the reopening of the tunnel during the day;

- a new emergency tank will also be built at the south portal (Melide). Consequently, the following services are required by the tenderer within the framework of this mandate:

—— Direction g-n-rale des works (DGT) for the civil engineering sector and the BSA;

—— control of the development of the project (phase SIA 51);

—— support for commissioning and liquidation of works (phase SIA 53);

- the representative of this mandate is also required to ensure:

—— technical and operational support and coordination between the DLT of the mandate UeMA MGG and DLT / DGT EP 19 (concurrent project);

—— technical and operational support and coordination with the DLT UeMa MGG, the DLT EP19, the UTIV and the Police for aspects related to traffic management during construction;

- for the realization of this mandate, the client has planned a total of 9, 000 hours. The mandate is classified as being of great complexity due to the technique of execution, the need to guarantee dailyent the operation of the tunnel during works on a section of the highway with heavy traffic, at the limit of the capacity of operation of the infrastructure for several hours of the day, the need to intervene every night on the BSA equipment (adjustment interventions);

2) Award criteria (CA): the details of the award criteria must be provided with the documentation.tation relative to the offer (defined):

CA1) Analysis of tasks and proposal of procedure to follow, weighting 20%, divided into:

CA1.1) Analysis of tasks: 10%;

CA1.2) Organizational chart and proposed procedure to follow: 10%;

CA2) skills and references of the tenderer in relation to the tasks to be carried out, weighting 20%, divided into:

CA2.1) specific experience of the company in relation to thethe tasks to be accomplished 10%; CA2.2) Relevance of the project reference 10%;

CA3) key people: qualifications in relation to the conditions of the project, weighting 40%, divided into:

CA3.1) Chief DGT / DGT civil engineering 25%;

CA3.1.1) specific professional experience related to the tasks to be performed: 50%; CA3.1.2) specific professional experience in similar work: 25%;

CA3.1.3) training and development: 25%;

CA3.2) Chief substitute DGT / DGT BSA 15%;

CA3.2.1) specific professional experience related to the tasks to be performed: 50%; CA3.2.2) specific professional experience in similar work: 25%;

CA3.2.3) training and development: 25%;

CA4) price: weighting 20%;

- price evaluation: the highest score is awarded tothe offer with the lowest price. Bids, the price of which exceeds 100% or more of the lowest bid, receive a score of 0. Between these two extremes, the evaluation is carried out linearly (up to two points after the decimal point). Any discounts offered are not taken into account in the evaluation of the price;

- evaluation of the award criteria other than the pr criterionix:

—— the evaluation is always indicated by means of notes 0 to 5 (whole number): 0 = satisfaction of the criteria: not classifiable;

—— quality of the indications: no indication 1 = satisfaction of the criteria: very bad;

—— quality of information: insufficient, incomplete 2 = satisfaction of criteria: insufficient;

—— quality of the indications: not sufficiently relevant for the project 3 =satisfaction of the criteria: normal, average;

—— quality of the indications: average, corresponding to the requirements of the call for proposals 4 = satisfaction of the criteria: good;

—— quality of the indications: good 5 = satisfaction of the criteria: impeccable;

—— quality of the indications: impeccable, decisive contribution to achieving the objectives. If a main criterion is made up of sub-criteria, thisThese are evaluated. The number of points in the main criterion results from the sum of the scores for the sub-criteria multiplied by their weighting factor, rounded to the nearest whole number;

—— calculation of points: sum of all the notes multiplied by the corresponding weighting factor (maximum possible score: 5 [note] x 100 [% of weighting] = 500 points);

3) The contract will be awardedsubject to the maturity of the project and / or the availability of credits;

4) The preparation of offers is not paid. The offer files are not returned;

5) Exclusion, prevention:

a) The TiLume DLL consortium, composed of the companies Lombardi Ingegneri Consulenti SA, Pini Swiss Engineers SA and AF Toscano SA, has drawn up the MP project and the call for tenders will carry out the activities of DLT forUeMa MGG work is excluded from this notice. The TiLume DLL consortium, all the individual companies which constitute it, as well as all the companies with a close economic and legal link with the latter, are excluded from this notice; b) The CSD-IM-GP consortium, composed of the companies CSD Ingegneri SA, IM Maggia Engineering SA and Gaehler und Partner AG are excluded from this agreement.is because they are carrying out BAMO activities within the framework of this project and have prepared this tender dossier. Individual companies which are members of the consortium are also excluded from this call for proposals;

c) The company Filippini & Partner Ingegneria SA played the role of BAMO / DGT for the urgent maintenance activities of the tunnel and for the surveillance activities andt increased maintenance and should therefore be considered a pre-involved company. The deadline for the submission of an offer by the pre-involved company or the consortium of tenderers of which the company in question is a member expires on 10.7.2020. All other tenderers are subject to the deadline indicated in point 1.4. Based on these measures, the following companies are admitted toparticipate in the procedure as bidders:

7) The contractor to whom the contract is awarded is excluded from other invitations to tender for the project for which it provides customer support services;

8) The adjudicator reserves the right to postpone the dates indicated (in particular for the adjudication and the start of works). In such a case, the tenderer is not entitled to acompensation;

9) All prices do not include VAT;

10) Check the publication on SIMAP. In case of doubt or contradiction, the text in Italian prevails;

- indication of the means of appeal:

—— in accordance with article 30 LMP, the present publication can be attacked, within a period of 20 days as from its notification, to the federal administrative court, post office box, 9023 St. Gallen;

—— the statement of appeal, to be submitted in two copies, will indicate the conclusions, grounds and means of proof and will bear the signature of the appellant or his representative, there will be attached a copy of this publication and the documents cited as means of proof, when available;

- closing time for the submission of offers / remarks: the offer (dofile) must be submitted in hard copy in duplicate and in electronic form (on CD / DVD) in one copy;

- sending by post: sending by post to (date of stamp affixed by a Swiss post office or an officially recognized foreign post office; postage by a business machine is not recognized as a postmark);

- the tenderer mustin all cases be able to prove that the offer was made within the time limits;

- offers submitted outside the deadline will not be taken into consideration;

- the envelope must include the designation of the project and the clearly visible indication;

- hand delivery: in the case of hand delivery, the offer must be submitted at the latest on the date indicated above, during opening hourse of the reception (hours: 8 a.m. - 12 p.m. and 2 p.m. - 5 p.m.). ...


Internet address (URL): https://www.simap.ch

Documents

 Tender Notice