SKARB PA?STWA - GENERALNY DYREKTOR DRÓG KRAJOWYCH I AUTOSTRAD has floated a tender for Contract notice: Installation services of computers and information-processing equipment. The project location is Poland and the tender is closing on 23 Nov 2018. The tender notice number is 454834-2018, while the TOT Ref Number is 27765695. 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 : Poland

Summary : Contract notice: Installation services of computers and information-processing equipment

Deadline : 23 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27765695

Document Ref. No. : 454834-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : SKARB PA?STWA - GENERALNY DYREKTOR DRÓG KRAJOWYCH I AUTOSTRAD
Office Name: Skarb Pa?stwa - Generalny Dyrektor Dróg Krajowych i Autostrad
Address: ul. Wronia 53
Town: Warsaw
Postal Code: 00-874
Contact Point: Agnieszka Lipska

Phone: +48 223758975
Fax: +48 223758788
Poland
Email :przetargidpr2@gddkia.gov.pl
URL :http://www.gddkia.gov.pl

Tender Details

Object of the contract
Installation services of computers and information-processing equipment

Description: Contract notice: Installation services of computers and information-processing equipment

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 51610000, 30200000, 30233000, 32333100, 32234000, 32412000, 32412100, 32413100, 32520000, 32562000, 34923000, 34924000, 34942000, 34970000, 34996000, 35120000, 35262000, 42414310, 45213310, 45233294, 45311100, 45314000, 48000000, 48151000, 48211000, 48781000, 48813000, 71320000, 71330000, 72250000, 72227000, 80510000, 51610000, 30200000, 30233000, 32333100, 32234000, 32412000, 32412100, 32413100, 32520000, 32562000, 34923000, 34924000, 34942000, 34970000, 34996000, 35120000, 35262000, 42414310, 45213310, 45233294, 45311100, 45314000, 48000000, 48151000, 48211000, 48781000, 48813000, 71320000, 71330000, 72250000, 72227000, 80510000
CPV Description: Installation services of computers and information-processing equipment.

Computer equipment and supplies.

Media storage and reader devices.

Video recorders.

Closed-circuit television cameras.

Communications network.

Telecommunications network.

Network routers.

Telecommunications cable and equipment.

Optical-fibre cables.

Road traffic-control equipment.

Variable message signs.

Signalling equipment.

Traffic-monitoring equipment.

Control, safety or signalling equipment for roads.

Surveillance and security systems and devices.

Crossing control signalling equipment.

Mobile lifting frames.

Construction work for buildings relating to road transport.

Installation of road signals.

Electrical wiring work.

Installation of telecommunications equipment.

Software package and information systems.

Computer control system.

Platform interconnectivity software package.

System management software package.

Passenger information system.

Engineering design services.

Miscellaneous engineering services.

System and support services.

Software integration consultancy services.

Specialist training services.

Centralny Projekt WdroĹĽeniowy Krajowy System Zarz-…dzania Ruchem na sieci TEN-T Etap 1

Reference Number-: DPR.DPR-2.2413.27.2018.DZ.21

Central Implementation Project as part of the National Traffic Management System on the TEN network - Stage 1 - Design, delivery, implementation, commissioning, maintenance and development of the central system.

The order will consist in:

a) design, delivery, implementation and commissioning of IT infrastructure elements (data integration bus, softwarecentral processing, data processing centers together with the necessary software and hardware) allowing the start-up and management of ITS services nationwide, including equipping the districts, access to software (central modules KSZRD);

b) establishing the National Traffic Management Center (KCZR) in Warsaw and a backup data center in the Centrum buildingzanie Ruch (CZR) in Stryk-w (being at the same time regional CZR in the Regional Implementation Project KSZRD Stage 1 in the branch of GDDKiA in Ł-dź),

c) designing and execution of construction works related to the adaptation and equipment of the building of the National Center for Traffic Management in Warsaw;

d) equipping the remaining regional CZR with IT solutions for central modules and integrated modules(e) designing and then equipping the road network covered by Stage 1 in the area of the GDDKiA Branch in Warsaw with roadside infrastructure (Distributed Implementation Units), along with the accompanying infrastructure and telecommunications network, and commissioning of roadside infrastructure elements;

f) performing tests for central and ro modulesinvited (SAT, FAT, SIT);

g) provision of support, maintenance and development of the central system as well as support, maintenance and development of distributed modules.

The scope of works also includes:

- transfer of KSZR-CPW to GDDKiA or contractor subsequent order.

The Contracting Authority provides for the possibility of awarding contracts referred to in art. 67 sec. 1 point 6 of the Public Procurement Law in accordance with the subjectm of the basic order up to 20% of the value of the basic order, consisting in the return of similar services and works to those set out in point 5.1. IDW and Volume II, III and IV SIWZ.

Other information can be found in Volume II (IPU) and Volume III (OPZ) SIWZ.

N / A

contractors who meet the economic or financial conditions may applyj

1. The Contractor is obliged to have civil liability insurance in the scope of conducted activities related to the subject of the order for a guarantee sum in the amount of min. PLN 10, 000, 000.

2. The Contractor is obliged to demonstrate that in the last three financial years, and if the period of activity is shorter in this period, it reached the average annual turnover in the area ofPLN 20, 000, 000.

NOTE. Below, the description from section III.1.3)

Explanations cont. • For the IT system, the Ordering Party acknowledges the IT solution enabling the implementation of a specific set / range of needs, being a set of related elements whose function is data processing by computer technology.

For linear infrastructure The orderer recognizes infrastructura, whose characteristic parameter is length, in particular the road with exits, railway line, water supply, canal, gas pipeline, heat pipeline, pipeline, power line and traction, overhead cable line and underground, underground flood control and cable ducting.

• For the integration bus, the Ordering Party considers the middleware (appendixthis intermediate layer) in a multi-layered IT system architecture enabling the use of the SOA concept (service oriented architecture). • For maintenance, the Employer recognizes a set of services aimed at providing the Employer with an unbroken and uninterrupted operation of the IT system / solution, including software and other elements in particular, the system is installedlocated in the area of the road lane, as well as other activities supporting the use of the system by the Employer, in particular: replacement of components, ongoing maintenance of equipment, ensuring data transmission, redundancy of data, providing the Employer with tools to monitor system performance and tag reporting. node The Ordering Party acknowledges each itemthe discontinuity of a fiber optic link understood as a fiber optic cable placed in a teletechnical sewage system prepared for this purpose. The term discontinuity is understood as any installation between the starting point and the end point of the link, which connects / separates / partially separates the optical fiber or enables service operations consisting in access to the optical fiber. Every office is considered a nodal pointactive connection connected to the fiber optic line between the starting point and the end point, each sump along the fiber route between the starting point and the end point, each teletechnical cabinet between the starting point and the end point. Passive and active elements at the beginning and end of a fiber optic connection are not included. The requirement applies to both fiber optic connectorsomodium as well as multimode.

II. The Contractor must indicate persons who will participate in the execution of the order, possessing professional qualifications and experience relevant to the functions that will be entrusted to them. The Contractor, for each function listed below, will indicate the persons constituting the key staff who must have available at the implementation stage, satisfying followce requirements:

1. Project Manager - one person who had a managerial role in the project (ie project manager or project director), on the contractor's side, in at least two contracts completed in the last 8 years before the date of submitting the offer. Each order included the design, delivery and implementation of a traffic management or control system with a minimum valuePLN 10, 000, 000 gross. In each of the orders, the person held a managerial position for a period of at least 12 months, covering the final stage of the order until its completion.

[NOTICE cont. description in section III.1.2. "Minimum level of possibly required standards"]

1. The contractor is obliged to submit a statement valid as of the day of submitting bids constituting preliminary confirmation that the Contractor:

1) not afteris excluded,

2) meets the conditions for participation in the proceedings.

2. The statement referred to in point 1 above (in the form of a Single European Order Document prepared in accordance with the standard form defined in the European Commission's executive regulation issued on the basis of Article 59 (2) of Directive 2014/24 / EU, hereinafter referred to as "single document" "or" EAT "), Execawca is obliged to send the Ordering Party in an electronic form with a qualified electronic signature, in accordance with the rules set out in point 12.3. IDW. The contractor fills up the EMS by creating an electronic document. It can use the eESPD tool or other available tools or software that enable you to fill in the EAT and create an electronic document. Uniform document pre-prepared by the Employer for the concerned proceedings (in the xml format to be imported on eESPD) is available on the Employer's website at the place where the SIWZ is placed.

3. In the scope of Part IV, the qualification criteria 'EAT, the Contractor may limit itself to completing the alpha section, in which case the contractor shall not complete any of the other sections (A-D)in part IV, ONE

4. The Contractor who refers to the resources of other entities, in order to demonstrate the absence of grounds for exclusion and compliance with them, to the extent that he relies on their resources, the condition of participation in the proceedings, submits uniform documents - EAT also regarding these entities.

5 . In the event of a joint application by the Contractors, a single document - HEDZ in electronic form with a qualified electronic signature is submitted by each of the Contractors jointly applying for the order. They should be sent in accordance with the rules set out in IDW

6. The contractor is excluded from the contract award procedure in respect of which any of the circumstances referred to in Article 24 sec. 1 of the PPL Act, item 12 23.

7. Additionally, he ordersshall exclude the Contractor in relation to which the circumstances referred to in Article 24 sec. 5 points 1 4 and 8 Public Procurement Law:

8. At the request of the ordering party, the Contractor is obliged to submit declarations or documents referred to in point 9 of the ToR.

9. Contractor, within 3 days from the date of posting on the website information referred to in art. 86 par. 5 of the Public Procurement Law, transfers to Zamto the declarant that he or she does not belong to the same capital group as referred to in art. 24 sec. 1 point 23 of the Public Procurement Law. With the submission of a statement, the Contractor may provide evidence that links with another Contractor do not lead to distortion of competition in the contract awarding procedure. The ordering party, in accordance with art. 24aa of the Public Procurement Law, provides for the possibility in Pifirst order evaluation of the offers, and then to examine whether the Contractor, whose tender was rated as the most advantageous, is not subject to exclusion and meets the conditions for participation in the proceedings. Note to section IV.2.6) of the notice: The period of connection with the offer referred to in section IV.2.6) of the announcement is 90 days. The period of being bound by the offer begins as soon as the deadline expiresoffers.

12. Note to section II.2.7) of the announcement: The duration of the order - the order will be implemented in a period not longer than 2435 days from the day of signing the contract or in a shorter period depending on the Contractor's declaration. The Employer allows the possibility of granting an advance payment of up to 20% of the contract value (gross). The advance will be settled by the Contractor from the amount of remunerationfor the implementation of the Milestone Stone on the date indicated for implementation.

13. Due to the limited number of signs, detailed information about the proceedings is contained in the ToR and attachments available on the Employer's website.
Internet address (URL): http://www.gddkia.gov.pl

Documents

 Tender Notice