The Signalling Programme

The Signalling Programme Multi-disciplinary Consultancy Services Tender Tender Conditions Tender Conditions 2009 Record number SP-01 Banedanmark T...
Author: Godfrey Ward
4 downloads 5 Views 520KB Size
The Signalling Programme

Multi-disciplinary Consultancy Services Tender Tender Conditions

Tender Conditions 2009 Record number SP-01

Banedanmark The Signalling Programme Amerika Plads 15 2100 København Ø www.banedanmark.dk

Author: Kristian Hartlev Mail: [email protected] Phone: +45 33 15 20 10 Phone direct: +45 25 43 03 11

Tender Conditions Table of Contents

Page

1

Change log

4

2

Purpose

5

3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13

Terms for participation Type of tender Tender schedule Period of validity Reservations Alternative tenders (variants) Electronic tenders Payment Language Information meeting Questions Correction sheets Submission of tenders (negotiation tenders and best and final offer) Treatment of tenders (negotiation tenders and best and final offer)

6 6 6 6 6 7 7 7 7 7 7 8 8 9

4 4.1 4.2 4.2.1 4.2.2 4.2.3 4.2.4 4.2.5

Requirements for tenders 10 General (invariable requirements to all tenders - both negotiation tenders and best and final offer) 10 Tender documents (the content of the tender) 10 Tender list with hourly rates 11 Organisational plan including CVs 12 Process description 13 Consortium declaration (only in the first negotiation tender) 14 Solemn declaration concerning debt due to public authorities and declaration concerning article 39 in the EU directive coordinating the procurement procedures of entities operating in the water, energy, transport and postal services sectors (only in the first negotiation tender)14

5

Contract award criteria

16

6

Negotiations

18

7

Appendices

20

Tender Conditions Change log

3

1

Change log Ver 1.0

Made by HAR 23.03.09

Tender Conditions Change log

Commented by

Approved by MORS 23.03.09

Changes Final version

4

2

Purpose Banedanmark (in the following “the Client”) has called for tenders for the Signalling Programme regarding consultancy services. Based on the received applications for prequalification 2 qualified consultants have been chosen to participate in submitting tenders for the tendered services. These consultants will in the following be referred to as “the Tenderer”. The overall purpose of the present “Tender Conditions” is to Describe the conditions and requirements applying to the tenders Describe the contract award criteria Give information about the negotiations

Tender Conditions Purpose

5

3

Terms for participation

3.1

Type of tender The tender is organised as a negotiated procedure in accordance with the EU Utilities Directive (2004/17/EU).

3.2

Tender schedule The tender schedule is as follows: Deadline for forwarding questions (see section 3.10) 24 May 2009 Deadline for forwarding answers to questions (see section 3.10) 28 May 2009 Submission of negotiation tenders (see section 3.12) 3 June 2009 Negotiation meetings (expected) Medio June 2009 Second negotiation tender (if relevant) Late June 2009 Submission of best and final offer (expected) August 2009 Award of the contract (expected) Late August 2009 Signing of the contract (expected) Late August 2009 (after a 10 day standstill period)

3.3

Period of validity The period of validity for the best and final offer shall be 6 months from the submission of the best and final offer, i.e. the best and final offer is binding for the Tenderer in 6 months and the Tenderer must abide by his offer in that period. It should be noted that the negotiation tenders are not binding for the Tenderer.

3.4

Reservations Reservations in negotiation tenders (both reservations to the fundamental conditions/basic terms in the tender material and other - more minor - reservations) will be included as a subject in the negotiations, cf. section 6. If the Tenderer in the best and final offer makes reservations to the fundamental conditions/basic terms in the tender material, the tender is unconditional and will be rejected (disqualified). If the Tenderer in the best and final offer makes reservations to other - more minor conditions/terms in the tender material, the Client has the right to reject the tender. Instead of rejecting the tender, the Client also has the right to price the reservation, cf. the case law from The Compliants Board for Public Procurement (in Danish: Klagenævnet for Udbuds praksis om prissætning af forbehold, der ikke angår grundlæggende vilkår i udbudsmaterialet).

Tender Conditions Terms for participation

6

3.5

Alternative tenders (variants) Alternative tenders (variants) will not be accepted.

3.6

Electronic tenders Electronic tenders will not be accepted, however, the Tenderer is asked to submit a digital copy of the tender (see section 4.1).

3.7

Payment No payment will be made for participating in tendering or the negotiations.

3.8

Language All correspondence from the Tenderers shall be written in English except for the exceptions mentioned below. Correspondence not written in English will not be read by the Client. All correspondence from the Client will be written in English. The information meeting, if any, (see section 3.9) will be held in English. The tenders shall be submitted in English. However, pre-printed material such as brochures that are not made specifically for this tender may also be in Danish, German, Swedish or Norwegian.

3.9

Information meeting The Client does not plan to hold an information meeting. However the Client reserves the right to call-in one or more information meetings depending for instance upon the nature of any questions (section 3.10) from the Tenderers. If an information meeting is considered necessary, the Client will aim to forward the callin with a 3 work day notice. An eventual information meeting will be held at Banedanmark, Amerika Plads 15, DK2100 København Ø. Further information will be included in the call-in to the meeting.

3.10

Questions Questions regarding the tender material shall be received by the Client in writing at least 10 calendar days before the tender date (cf. section 3.2 and 3.12) and will be answered at least 6 calendar days before the tender date. Questions received later than 10 calendar

Tender Conditions Terms for participation

7

days before the tender date will be answered provided it is possible to reply no later than 6 calendar days prior to the tender date. Copies of all questions and answers will be passed on to all Tenderers in a depersonalised form on an ongoing basis and no later than 6 calendar days prior to the tender date. They can also be found at www.banedanmark.dk (press English) > Business (choose The Banedanmark Signalling Programme) > Multi-disciplinary Consultancy Services Tender or alternatively at www.banedanmark.dk > Tog til tiden med nye signaler (press Læs mere) > Information til leverandører – suppliers and consultants > Multi-disciplinary Consultancy Services Tender. Questions and the matching answers regarding the tender material are considered a part of the tender material and the tenders shall reflect this. Questions shall be addressed per e-mail to: Banedanmark The Signalling Programme Att: Esther Holmen E-mail: [email protected]

3.11

Correction sheets The Client may issue correction sheets to the tender material. Correction sheets in the period up to the tender date (cf. section 3.2 and 3.12) will be forwarded to all Tenderers no later than 6 calendar days before the tender date. Correction sheets in the period between the first negotiation tender and the best and final offer will be forwarded to the Tenderers no later than 6 calendar days before the deadlines for the - if relevant - second negotiation tender and the best and final offer. They can also be found at www.banedanmark.dk (press English) > Business (choose The Banedanmark Signalling Programme) > Multi-disciplinary Consultancy Services Tender or alternatively at www.banedanmark.dk > Tog til tiden med nye signaler (press Læs mere) > Information til leverandører – suppliers and consultants > Multi-disciplinary Consultancy Services Tender. The corrections sheets are considered a part of the tender material and the tenders shall reflect this.

3.12

Submission of tenders (negotiation tenders and best and final offer) Tenders shall be delivered to: Banedanmark The Signalling Programme Tender Conditions Terms for participation

8

Att: Esther Holmen Amerika Plads 15 DK-2100 København Ø Please mark the tender ”The Signalling Programme, confidential tender for consultancy services”. If the tender is delivered in person, it shall be delivered at the reception. The reception can issue a receipt for receiving the tender including a notice of the date and time of the delivery. The first negotiation tender shall be received by Banedanmark no later than 12 am (noon, local time) on Wednesday the 3rd of June 2009. The Client will later give notice of the time limit for the - if relevant - second negotiation tender and the best and final offer. Any tenders received either wholly or partially after the deadline shall not be considered. If the Tenderer in the best and final offer makes reservations to the fundamental conditions/basic terms in the tender material, the tender is unconditional and will be rejected, cf. section 3.4.

3.13

Treatment of tenders (negotiation tenders and best and final offer) The Tenderers shall not have the opportunity to witness the opening of tenders nor to obtain information on competing tenders. The Client shall not be obliged to return the tender to the Tenderer. The Client shall not consider the contract as having been awarded until the contract is signed. The Client reserves the right to cancel the tender procedure on the basis of an unbiased ground.

Tender Conditions Terms for participation

9

4

Requirements for tenders

4.1

General (invariable requirements to all tenders both negotiation tenders and best and final offer) All tenders (both negotiation tenders and best and final offer) must be submitted as one (1) original (hard copy). The Tenderer is further asked (but not demanded) to submit five (5) copies (hard copies) and one (1) digital copy. All tenders (both negotiation tenders and best and final offer) shall be submitted in due time, cf. 3.2 og 3.12. All tenders (both negotiation tenders and best and final offer) shall be submitted in the language stated in section 3.8. If a negotiation tender fulfil the invariable requirements above (one original hard copy, due time and right language), the negotiation tender cannot be unconditional, and possible reservations will be included as a subject in the negotiation, cf. section 6. Reservations in the best and final offer will be treated in accordance with section 3.4.

4.2 Tender documents (the content of the tender) The tender shall consist of the following documents: Completed tender list with hourly rates (both in the negotiation tenders and in the

best and final offer) Organisational plan including CVs (both in the negotiation tenders and in the best

and final offer) Process description (both in the negotiation tenders and in the best and final

offer) Consortium declaration (only in the first negotiation tender) Solemn declaration (only in the first negotiation tender) The Tenderer is only asked to hand in one tender per negotiation round, i.e. one first negotiation tender, (if relevant) one second negotiation tender and one best and final offer, which means that the Tenderer is only asked to produce one set of solutions to the assignments in section 4.2.2 and 4.2.3 per tender, e.g. one organisational plan, cf. also section 3.5. It is important that the Tenderer gives a clear description of the solutions offered. The Client would appreciate if the tender does not exceed 100 pages in A4 format with normal size of type and in addition up to 200 pages in A3 or A4 format with normal size of type containing appendices (CVs et cetera).

Tender Conditions Requirements for tenders

10

4.2.1

Tender list with hourly rates

The Tenderer shall include the tables required in the tender document “Tender list with hourly rates” in the tender. The tables shall be filled-in in accordance with the requirements below and the requirements in the tender document “Tender list with hourly rates”. The Tenderer shall put a price on the hourly rates for the following persons (resource categories): Programme manager (resource category no. 1) The ”Programme manager” category is reserved for the person(s) who are the Consultant’s overall responsible for the Consultancy contract and/or are a part of the joint Client-Consultant programme management The Client anticipates that the Consultant's programme manager(s) interfaces with the Client's "Programme manager" (see "Programme & Work description", the figure in section 4.2). The Client anticipates that only a few persons (perhaps 1-2) are allocated to this category. Project manager (resource category no. 2) The ”Project manager” category is reserved for the persons who performs the management of the Consultant’s work in accordance with the Activity plan (cf. inter alia "Programme & Work description" section 7) and/or are a part of the joint Client-Consultant project management The Client anticipates that the Consultant will allocate a project manager to each of the defined signalling projects (cf. inter alia "Programme & Work description" section 4.2 sub-headline "The Signalling project group"). Senior technician or expert (resource category no. 3) The ”Senior technician or expert” category is reserved for the persons who possess the expert professional knowledge about the railway systems necessary to carry out the Signalling Programme and who carry out the tasks that require this expert professional knowledge and/or possess the expert professional knowledge about the support functions necessary to carry out the Signalling Programme and who carry out the tasks that require this expert professional knowledge and/or carry out peer reviews and similar quality assurance tasks and/or are used for short term tasks that require expert knowledge The Client anticipates that this resource category only contains persons with several years of experience within the fields of expertise required for the Signalling Programme. It is further anticipated that the persons carrying out the tasks covered by the first two bullets have some project management expertise as well. The Consultant must at the Client's request be able to put forward sufficient documentation for the persons allocated to the tasks covered by the last two bullets to ensure that they are indeed experts within their fields. The Client expects that all persons in this resource category have a master degree or an equivalent education.

Tender Conditions Requirements for tenders

11

Technician (resource category no. 4) The ”Technician” category is reserved for persons who carry out the technical tasks in accordance with the Activity plan (cf. inter alia "Programme & Work description" section 7) which do not require the use of a senior technician or an expert and/or carry out the support tasks that are placed with the Consultant which do not require the use of a senior technician or an expert The Client anticipates that most of the personnel resources are placed in this category. The Client expects that all persons in this resource category have a bachelor or a master degree or an equivalent education. Technical assistant (resource category no. 5) The ”Technical assistant” category is reserved for persons who carry out rutine work that do not require the use of a technician or a senior technician/expert. The Client anticipates that this category will especially be relevant during the roll-out periods. 4.2.2

Organisational plan including CVs

The tender shall include an organisational plan including CVs. The Client would appreciate if the Tenderer will follow the structure mentioned below: a) The Tenderer shall in a concise way describe how he intends to organise his work throughout the Signalling Programme with the emphasis on phase 1. The organisational plan shall be based on the description of the organisation in section 4 in “Programme and Work description”. b) The Tenderer shall in a concise way describe the internal cooperation within the Consultant team including sub-consultants with an overall description of decision-making paths and routes of communication within the Consultant team including sub-consultants throughout the Signalling Programme with emphasis on phase 1. c) The Tenderer shall in a concise way describe the proposed cooperation with suppliers, other consultants, stakeholders and authorities based on the description in “Programme and Work description”, inter alia section 4 and 5 (but the Tenderer is not asked to hand in a description of the proposed cooperation with Banedanmark). d) The Tenderer shall specify and explain the personnel competences and resources that are needed within the Consultant to carry through the Signalling Programme with emphasis on phase 1. e) The Tenderer shall hand-in CVs for all the key resources the Tenderer will use throughout the Signalling Programme to fulfil the task (not all personnel - only key resources).

Tender Conditions Requirements for tenders

12

By key resources the Client understands (not an exhaustive definition) resources such as the programme manager(s), project managers and selected senior technicians. The key resources are the foundation of the Consultant’s team – the persons who are important for the execution of the Signalling Programme and who cannot be exchanged from day to day without affecting the Signalling Programme progress negatively. The Client will appreciate if the CVs of the key resources are targeted at the Signalling Programme so that superfluous information is omitted (the Client will appreciate 1-2 pages in A4 format with normal size of type per CV), and the Client will appreciate if the CVs are limited to include the following information: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11.

CV number (consecutive numbering, first resource category no. 1, then category no. 2 and so forth - see section 4.2.1 for the categories) Reference to resource category no. 1-5 Name and year of birth Information about relevant education Information about relevant professional competences and qualifications Present employment and fields of responsibility A short résumé of former employments References from former and present tasks of relevance to this consultancy task including the person’s role and the duration of the engagement Language proficiencies A short description of the function of the key resource in the Signalling Programme with emphasis on phase 1 Load (% of the person's work performance, 100 % or less) in phase 1

f) The Tenderer shall give a short overview of all the above mentioned key resources including name and resource category. g) The Tenderer shall also give an overview of key functions (not a person but a function) in the coming phases (phase no. 2-5), if the key functions are not already manned with key resources (see above). The following information shall be given for each key function: 1. 2.

A short description of the key function and In which phases the key function is relevant

h) The Tenderer shall describe the number of workplaces in Banehuset (both for key resources and other persons) that the Tenderer will use in phase 1 (cf. section 4.6 i "Programme and Work description"). The number shall be given per day in average throughout phase 1. 4.2.3

Process description

The Tenderer shall make a proposal of how to plan and process phase 1-5, but with emphasis on phase 1. The Client would appreciate if the Tenderer will follow the structure mentioned below: a) The Tenderer shall identity and describe the different tasks in phase 1-5, but with emphasis on phase 1, in order of priority including the planned processes, subprocesses and all necessary activities. The proposal shall include the necessary explanations allowing the Client to form an overall understanding of how the Tenderer suggests to execute phase 1-5, but with emphasis on phase 1.

Tender Conditions Requirements for tenders

13

The proposal shall include an Activity plan for phase 1-5, but with emphasis on phase 1. The content of the Activity plan is described in section 7 in "Programme & Work description", but the Activity plan in the tender shall NOT include ATR (Activity-Time-Resource) sheets. The proposal mentioned in the 2 paragraphs above shall be based (1) on the description of the main tasks in phase 1-5 in "Programme & Work description" (among others section 6.1-6.5), and (2) on the Project Proposal's list of suggested activities in phase 1 (cf. section 3 in "Programme & Work description and the following reports: Fjernbane Project Proposal (among others section 4.7), S-bane Project Proposal (among others section 4.6), Fjernbane Technical Report (among others section 6.6), S-bane Technical Report (among others section 6.7), Fjernbane Time Schedule and Migration report (among others section 7.10), Sbane Time Schedule and Migration report (among others section 7.8), Procurement report (among others section 7) and RAMS report (among others section 10)). b) Based on the description of the organisation in section 4 in "Programme & Work description" the Tenderer shall make a proposal of which tasks, roles and responsibilities in phase 1 should most suitably and effectively be handled by the Consultant respectively the Client. 4.2.4

Consortium declaration (only in the first negotiation tender)

In the first negotiation tender the Tenderer must sign and enclose a consortium (joint venture) declaration. The declaration must be signed by each participating company in the consortium (joint venture) but not by the sub-consultants. The paradigm of the consortium declaration is attached as appendix 1 to the present Tender Conditions. If the Tenderer fails to enclose a consortium declaration in the first negotiation tender (e.g. due to an omission or an error in connection with the filling in), the Client has the possibility to give the Tenderer another chance to submit the declaration. If so the Client informs the Tenderer of a new time limit for submission of the declaration. The consortium declaration in the first negotiation tender is binding for the Tenderer in the - if relevant - second negotiation tender and the best and final offer, regardless of the fact that the rest of the first negotiation tender is not binding for the Tenderer, cf. section 3.3. 4.2.5

Solemn declaration concerning debt due to public authorities and declaration concerning article 39 in the EU directive coordinating the procurement procedures of entities operating in the water, energy, transport and postal services sectors (only in the first negotiation tender)

In the first negotiation tender the Tenderer must sign and enclose a solemn declaration stating to what extent the Tenderer at the time for submitting the first negotiation tender has unpaid, due debts to public authorities.

Tender Conditions Requirements for tenders

14

At the same time, in compliance with § 3 in Notice no. 936 of 16/9-2004, cf. the EU Utilities Directive, art. 39, the Tenderer must state that the Tenderer in the preparation of his tender has taken into consideration the current obligations in accordance with the legal provisions about protection at the work place and further working conditions, and that the Tenderer in the preparation of the best and final offer will take into consideration the current obligations in accordance with the legal provisions about protection at the work place and further working conditions. The Tender Conditions contain a form which may be used for submitting this declaration (appendix 2). Each participating company in the consortium (joint venture) (but not sub-consultants) must submit such a declaration. If the Tenderer fails to enclose a declaration in the first negotiation tender (e.g. due to an omission or an error in connection with the filling in), the Client has the possibility to give the Tenderer another chance to submit the declaration. If so the Client informs the Tenderer of a new time limit for submission of the declaration. If the Tenderer in the period from submitting the declaration in connection with the first negotiation tender until the time when the Tenderer submits his best and final offer has run up unpaid, due debts to public authorities that exceed DKK 100,000 (one hundred thousand Danish Kroner or an equivalent amount in another currency) it falls on the Tenderer to submit a revised declaration in connection with his best and final offer. Otherwise the Tenderer shall not submit a declaration in connection with the best and final offer. If the Tenderer does not submit a declaration with his best and final offer, the Client considers this evidence that the Tenderer does (still) not have unpaid, due debts to public authorities that exceed DKK 100,000 (one hundred thousand Danish Kroner or an equivalent amount in another currency).

Tender Conditions Requirements for tenders

15

5

Contract award criteria The contract will be awarded to the “most economically advantageous tender” assessed on the following sub-criteria (the relative weighting of the sub-criteria is stated in the parenthesis after each sub-criteria): 1) The lowest hourly rates, cf. "Total amount only for evaluation" in the tender list with hourly rates (see section 4.2.1) (weight 45 %) 2) Organisational plan including CVs (see section 4.2.2) (weight 40 %) 3) Process description (see section 4.2.3) (weight 15 %) The Client shall award the contract based on an evaluation of the prices and descriptions et cetera in the Tenderer's best and final offer. The prices and descriptions et cetera in the negotiation tenders will not be evaluated, when the contract is awarded. Re 1) The lowest hourly rates, cf. "Total amount only for evaluation" in the tender list with hourly rates (weight 45 %) The evaluation of the hourly rates consists of an evaluation of "Total amount only for evaluation" Re 2) Organisational plans including CVs (weight 40 %) When assessing the organisational plan including CVs cf. section 4.2.2 the Client attaches importance to the following: The Tenderer’s ability to form an effective and well-suited organisation with the right amount and combination of man-power and key resources/key functions to secure a high quality in the deliverables (assessed on the description re litra a, d, f and g in section 4.2.2). The emphasis is on phase 1. The Tenderer's ability to cooperate within the Consultant team including subconsultants when fulfilling the task (assessed on the description re litra b in section 4.2.2). The emphasis is on phase 1. The Tenderer's ability to cooperate with the suppliers, other consultants, stakeholders and authorities (assessed on the description re litra c in section 4.2.2) (but not the ability to cooperate with Banedanmark). The emphasis is on phase 1. The key resources are in possession of the right combination of educational skills, competences, qualifications and experiences, so that it is probable that the key resources can master the task (assessed on the CVs re litra e, no. 2-10 in section 4.2.2). The emphasis is on phase 1. The key resources are allocated full time in phase 1 to the specified projects and general tasks where this makes sense (assessed on the CVs re litra e, no. 10 in section 4.2.2).

Tender Conditions Contract award criteria

16

The work in phase 1, where cooperation between Client and Consultant is needed, is performed at Banehuset (assessed on the description re litra h in section 4.2.2). Administrative work and work that does not require cooperation with the Client shall be performed at the home office. Re 3) Process description (weight 15 %) When assessing the process description cf. section 4.2.3 the Client attaches importance to the following: The Tenderer's ability to identify and structure the tasks and activities in phase 15, but with emphasis on phase 1, as well as the ability to put the tasks and activities in an order of priority (assessed on the description re litra a in section 4.2.3). The Tenderer’s ability to divide tasks, roles and responsibilities between the Consultant and the Client in phase 1 so that the tasks, roles and responsibilities are handled in the most suitable and effective way (assessed on the description re litra b in section 4.2.3).

Tender Conditions Contract award criteria

17

6

Negotiations The Client intends to carry out a negotiation process as described below. The purpose of the negotiations is that the Client through the negotiations with the Tenderers may seek to optimize the submitted tenders to the effect that they are targeted at the exact needs of the Client. The Client will decide the subjects to be negotiated. Negotiations will be focused on the strengths and weaknesses of the Tenderer's bid and will be based on the contract award criteria in section 5. The Client will keep the principles of equal treatment and transparency in mind all throughout the negotiations. The first negotiation tender On the basis of the first negotiation tender all Tenderers are invited - with the exception of the Tenderers whose tenders do not meet the invariable requirements in section 4.1 - to one or more separate meetings (the negotiation round). The Tenderer is asked to participate in these meetings with his key resources in resource category no. 1 and 2, but Banedanmark can also ask the Tenderer to participate with some of his key resources in resource category no. 3 (cf. section 4.2.1).The meetings in the negotiation round may, if the scope of the contents so requires, go on for several days. At these meetings the Tenderer will have the opportunity to present his tender in detail, answer clarifying and other questions from the Client, just as the Tenderer at these meetings will be informed of the strengths and weaknesses of his tender. Possible reservations of the Tenderer will be discussed and the Client will draw the Tenderer's attention to any conditions in the first negotiation tender which the Client considers reservations to the fundamental conditions/basic terms in the tender material, cf. section 3.4. The Client shall take brief minutes of all meetings and each Tenderer shall receive minutes from the meeting in which the Tenderer himself participated. The Client shall further be able to ask the Tenderers written questions as part of an ongoing dialogue. The Client shall not disclose to a Tenderer the solutions which another Tenderer has suggested, neither shall he reveal other confidential information given by another Tenderer without the consent of this Tenderer. Solutions and confident information contained in the first negotiation tender or which come out during a meeting will thus not come to the attention of other Tenderers. At the closing of the negotiation round the Client shall give written notice to all Tenderers about the time limit for submitting the - if relevant - second negotiation tender and/or the best and final offer (cf. also section 3.12). The second negotiation tender (if the Client finds it relevant) The Client can decide to ask the Tenderers to hand in a second negotiation tender. In that case the rules regarding the first negotiation tender (see the above chapter "The first negotiation tender") applies on the second negotiation tender.

Tender Conditions Negotiations

18

The Client can decide to call for more negotiation tenders (a third negotiation tender and so forth), if he deems necessary. Best and final offer (also referred to as a tender, e.g. the headline in section 3.12) The Client shall reject a best and final offer, (1) if it does not meet the invariable requirements in section 4.1, or (2) if the best and final offer includes reservations to fundamental conditions/basic terms in the tender material, cf. section 3.4. However, the Client - with respect to the principles of equal treatment and transparency may request the Tenderer to clarify, define, adjust and fine-tune the best and final offer. Subsequently, the Client will evaluate the best and final offers with a view to identify the most economically advantageous tender, cf. section 5. After the award of the contract it is possible for the Client and the winning Tenderer to discuss and make final clarifications, provided this does not risk distorting competition or causing discrimination.

Tender Conditions Negotiations

19

7

Appendices Appendix 1: Paradigm for consortium declaration (section 4.2.4) Appendix 2: Paradigm for solemn declaration (section 4.2.5)

Tender Conditions Appendices

20