This tender concerns DSB’s acquisition of new passenger coaches and a variety of interconnected deliverables by means of a Framework Agreement (Purchase Agreement (“PA”)) as well as a Framework Agreement which will regulate the spare parts supply for the maintenance (Spare Parts Agreement (“SPA”)). The purpose of the acquisition is to enable DSB to carry out its passenger transport operation.
DSB intends to acquire new passenger coaches in support of DSB's existing fleet that will be operated using Siemens Vectron locomotives at a service-speed of at least 189 km/h. The acquisition consists of an initial purchase of 8 coach formations including the right to purchase additional formations and/or coaches.
The PA and SPA are interconnected and the tender procedure for the agreements is the same. Award will take place for both agreements to the same tenderer in accordance with the common award criteria, see section II.2.5).
Deadline
Fristen for modtagelse af bud var på 2018-10-19.
Indkøbet blev offentliggjort på 2018-08-31.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Acquisition of passenger coaches for international operation
Produkter/tjenester: Lokomotiver og motorvogne samt rullende materiel og tilhørende dele📦
Kort beskrivelse:
“This tender concerns DSB’s acquisition of new passenger coaches and a variety of interconnected deliverables by means of a Framework Agreement (Purchase...”
Kort beskrivelse
This tender concerns DSB’s acquisition of new passenger coaches and a variety of interconnected deliverables by means of a Framework Agreement (Purchase Agreement (“PA”)) as well as a Framework Agreement which will regulate the spare parts supply for the maintenance (Spare Parts Agreement (“SPA”)). The purpose of the acquisition is to enable DSB to carry out its passenger transport operation.
DSB intends to acquire new passenger coaches in support of DSB's existing fleet that will be operated using Siemens Vectron locomotives at a service-speed of at least 189 km/h. The acquisition consists of an initial purchase of 8 coach formations including the right to purchase additional formations and/or coaches.
The PA and SPA are interconnected and the tender procedure for the agreements is the same. Award will take place for both agreements to the same tenderer in accordance with the common award criteria, see section II.2.5).
Vis mere
Anslået værdi uden moms: EUR 500 000 000 💰
As described in section II.1.4, the acquisition has 2 main components;
Firstly a Framework Agreement covering the acquisition of passenger coaches (the PA) with an expected duration of 8 years with a possibility for extension of 4 years (and 30 years for additional services, cf. section VI.3. Due to uncertainty regarding the infrastructure and operational needs and requirements DSB needs to be able to acquire further coaches and/or coach formations for a period of 12 years if the option is exercised. From an operational and economical perspective DSB needs to have an uniform fleet to minimize complexity in regard to e.g. maintenance, training, spare parts, documentation and to assure flexibility in the operation of the fleet. These reasons are especially important to consider as DSB expect that the opening of the Fehmarn Belt fixed link (expected in 2028) will lead to a need for additional capacity. In the view of DSB, these grounds satisfy the conditions for a contract period of up to 12 years (and 30 years for additional services), see the utilities directive art. 51(1).
Secondly, a Framework Agreement covering spare parts (the SPA) which will be DSB's main source of spare parts and has an expected duration of 16 years (from delivery of the first coach formation) with possibilities for extension of 6, 4 and 4 years, thus potentially a duration of 30 years. The duration will allow DSB to purchase the relevant spare parts etc. for the expected lifetime of the coaches (30 years) which is required to ensure stable operation of the coaches. Furthermore, it is essential to minimize the technical and logistical issues which is achieved by having one supplier of spare parts etc. for the entire lifetime of the coaches. In the view of DSB, these grounds satisfy the conditions for a contract period of up to 30 years, see the utilities directive art. 51(1). Re. the extensions see also see section II.2.7 and II.2.11.
The PA has a committed initial purchase of 8 coach formations (first delivery expected 1.3.2022 and full delivery expected to be ready for commercial operation late 2022), incl. an initial spare parts package and maintenance special tools.
Throughout the duration of the PA DSB has the right to buy additional coach formations and/or coaches.
The coaches are foreseen to be operated in a sandwich-formation (i.e. with a locomotive in each end of the coach formations) using DSB’s Siemens Vectron locomotives in DK and DE in cross-border traffic between CPH and Hamburg (via Fredericia, i.e. no ferry) as well as between Aarhus and Hamburg at a service-speed of at least 189 km/h. Upon completion of the Fehmarn Belt fixed link, the line between CPH and Hamburg is expected to be operated via the Fehmarn Belt fixed link. Furthermore, the coaches may also be operated in Danish regional traffic.
The supplier will be responsible for obtaining all necessary authority approvals for the operation of the coaches.
It is emphasized that the delivery time and rate of delivery is dependent on a variety of circumstances, e.g. the acquisition is linked to the introduction of the new Vectron locomotives, Banedanmark’s projects concerning the railway infrastructure, including the Signaling Program and the Electrification Program, thus delays in these projects may influence the needed time and rate of delivery of coach formations. The delivery time and rate of delivery may also be changed following the negotiations.
Maintenance and repairs is to be performed by DSB’s own staff at DSB premises. Spare parts will be ordered by DSB under the SPA which will be the primary source of spare parts for the coaches. The Supplier will be responsible for delivery of spare parts, spare parts kits, rotables and maintenance special tools as well as be responsible for overhaul and repair of rotables for the coaches.
The exact content of the deliverables under the agreements is subject to negotiation, cf. Tender Conditions (“TC”) cl. 7 and 9.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 60
Omkostningskriterium (navn): Lcc
Omkostningskriterium (vægtning): 40
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 500 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 219
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser:
“The PA is expected to have a duration of 8 years with an option for extension for a further period of 4 years. The SPA is expected to have a duration of 16...”
Beskrivelse af fornyelser
The PA is expected to have a duration of 8 years with an option for extension for a further period of 4 years. The SPA is expected to have a duration of 16 years (from delivery of the first coach formation) with 3 options for extension of further periods of 6, 4 and 4 years each. See further section II.2.14).
Vis mere Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than the required number of applicants fulfil the minimum requirements, cf. section III.1.2) and III.1.3), the selection of the applicants that will...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than the required number of applicants fulfil the minimum requirements, cf. section III.1.2) and III.1.3), the selection of the applicants that will be invited to submit tenders will be based on an evaluation of which applicants have documented the most relevant previous deliveries in comparison to the deliveries described in section II.1.4) and II.2.4) above in terms of the comparability and quantity of the previous deliveries, based on the references submitted in response to section III.1.3). Please note that any ambiguities and/or unclearness in the information submitted in the ESPD in response to section III.1.3) may be regarded negatively in the evaluation when selecting the limited number of applicants.
It will be regarded positively in the assessment of the relevance of the references:
— If the applicant has delivered passenger coaches for mainline operation,
— If the applicant has delivered mainline railway vehicles (DMU, EMU or passenger coaches) operational at a speed of at least 189 km/h,
— If the applicant has delivered mainline railway vehicles (DMU, EMU or passenger coaches) for running cross-border operation between EU/EEA member states.
The list is in a non-prioritized order.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The PA contains an option for extension of further 4 years.
The SPA contains options for extension for further 14 years (6, 4 and 4 years).” Beskrivelse
Yderligere oplysninger:
“Re. II.2.7): DSB's requirements in regard to the duration of the PA and SPA may be subject to negotiations during the tender procedure, and thus, the...”
Yderligere oplysninger
Re. II.2.7): DSB's requirements in regard to the duration of the PA and SPA may be subject to negotiations during the tender procedure, and thus, the requirements may be changed according to DSB’s decision (including for instance deleting 1 or more of the 3 options in the SPA).
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must submit a completed version of the European Single Procurement Document (ESPD), including Part IV, section B, which shall contain...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must submit a completed version of the European Single Procurement Document (ESPD), including Part IV, section B, which shall contain information concerning the financial ratios and total annual turnover described below (A — C).
DSB intends to ask the applicants to provide documentation for their fulfillment of the minimum requirements concerning financial and economic standing after prequalification. Further information is provided in the tender material. The documentation shall consist of audited financial statements or excerpts thereof for the 3 latest financial years, depending on the date on which the applicant's undertaking was set up or the applicant started trading, where publication of financial statements is required under the law of the country in which the applicant is established, or any other form of documentation which DSB deems appropriate, where the applicant is unable to present audited financial statements for a valid reason. By ‘financial year’ is meant either a calendar year (1 January — 31 December) or a season (e.g. 1 July – 30 June).
“The applicant must meet the following minimum requirements at the time of pre-qualification as an average of the last 3 financial years prior to the...”
The applicant must meet the following minimum requirements at the time of pre-qualification as an average of the last 3 financial years prior to the deadline for submission of application for pre-qualification:
A. A total annual turnover of at least 100 000 000 EUR;
B. An EBIT margin of at least 5 % — calculated by dividing EBIT with turnover (EBIT/turnover*100);
C. A solvency ratio of at least 20 % – calculated by dividing equity with total assets (equity/total assets*100).
If the applicant is the parent company of a group of companies (i.e. the same legal group) the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the group of companies. “The same legal group" shall be defined as entities covered by directive 2013/34/EU (directive on the annual financial statements, consolidated financial statements and related reports of certain types of undertakings) art. 22(1).
If the applicant is an intermediate parent company (i.e. the parent company of a “sub group" of companies) or the applicant is relying on the economic and financial capacity of such an intermediate parent company, the turnover, EBIT margin and solvency ratio may be based on the financial figures of the consolidated financial statement of the “sub group” of companies.
If the applicant is relying on the capacity of one or more other entities the turnover, EBIT margin and solvency ratio will be calculated on the basis of the combined financial figures of the applicant and the supporting entities. This means, e.g. in relation to solvency ratio, that the calculation will be based on the combined total equity of the applicant and the supporting entities calculated as an average of the last 3 financial years and the combined total assets of the applicant and the supporting entities calculated as an average of the last 3 financial years (solvency ratio = average combined total equity / average combined total assets).
If the applicant and the supporting entity/entities have consolidated financial statements, the calculations of the turnover, EBIT margin and solvency ratio will be based on such consolidated financial statements; in this case, the applicant and supporting entities should provide the information necessary in the ESPD to allow for correct calculations.
The applicant must prove that the necessary resources from the supporting entity/entities will be made available to the applicant, e.g. by producing an undertaking on the part of those entities to that effect, cf. Enclosure D (Letters of commitment templates) to the TC. If the applicant is awarded the agreements, the supporting entity/entities shall undertake joint and several liability and co-sign the agreements.
If the applicant is a group of economic operators (e.g. a consortium), the turnover total, EBIT margin and solvency ratio will be calculated in the same manner as applicants with one or more supporting entities, i.e. on the basis of the combined financial figures of the participating economic operators.
If any of the participating economic operators (in the consortium) have consolidated financial statements, the calculations concerning these economic operators will be made based on such consolidated financial statements; in this case, the economic operators in question should provide the information necessary in the ESPD to allow for correct calculations.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must submit the ESPD
Part IV, section C, including the following information: references concerning deliveries of railway vehicles (DMU, EMU...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must submit the ESPD
Part IV, section C, including the following information: references concerning deliveries of railway vehicles (DMU, EMU or passenger coaches) for mainline operation provided within the past 10 years prior to the deadline for submission of application for pre-qualification.
The description concerning railway vehicles (DMU, EMU or passenger coaches) for mainline operation should include information regarding the delivered vehicles, especially regarding type/name, date for commercial operation of first vehicle, amount and characteristics (e.g. maximum operational speed, length over couplers, homologation (date and legal regime, TSI applicability (Y/N – if yes, please provide certificate no.)), cross-border operation between EU/EEA member states and applicant’s role in the delivery (e.g. sole supplier, consortia member, sub-supplier etc.) (in the “description” section).
Furthermore, the following should be stated: contract value (in the “amounts” section), duration of the contract (start date, i.e. the effective date of the contract, and end date) (in the “start date” and “end date” section) and the recipient including contact information (incl. telephone number and e-mail) for relevant contact person to validate the reference (in the “recipient” section).
Before pre-qualification DSB may validate the references, incl. by contacting the recipients stated in the submitted references. After pre-qualification DSB does not intend to ask the applicants to provide further documentation for their fulfilment of the minimum requirements concerning technical and profession ability.
The applicant may state up to 5 references in total. It is possible for an applicant with one reference to show fulfilment of both minimum requirements. If more than 5 references are submitted, DSB will take the 5 newest references into consideration. If it cannot be determined which 5 references are the newest, DSB will draw lots among all references submitted.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“In order to be taken into consideration for pre-qualification the applicant must meet the following minimum requirements:
1) The applicant shall have...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
In order to be taken into consideration for pre-qualification the applicant must meet the following minimum requirements:
1) The applicant shall have delivered at least one passenger coach, EMU or DMU for mainline operation within the last 10 years prior to the deadline for submission of application for pre-qualification. The term “delivered” in minimum requirement 1), in section III.1.3), 1st paragraph, and in section II.2.9) is to be understood as when the passenger coach/EMU/DMU has been placed in commercial operation by the recipient(s);
2) The applicant has obtained TSI approval of at least one mainline railway vehicle (DMU/EMU or passenger coach(es)) according to TSI HS RST (Dec2008/232/EC), CR LOC and PAS (Dec 2011/291/EU) or LOC and PAS (Regulation(EU) 1302/2014) or later TSI in an EU/EEA member state.
If the application is submitted by a joint group of economic operators (e.g. a consortium) the minimum requirement must be fulfilled by the joint group of economic operators as a whole, e.g. the minimum requirements can be fulfilled by a consortium consisting of 2 economic operators (“X” and “Y”) where economic operator “X” fulfils requirement 1) above and economic operator “Y” fulfils requirement 2). The same applies in the situation where an applicant is relying on the capacity of one or more other entities.
If the applicant is relying on the capacity of one or more other entities, the applicant must prove that the necessary resources from the supporting entity/entities will be made available to the applicant, for example by producing an undertaking on the part of those entities to that effect, cf. Enclosure D (Letters of commitment templates) to the TC.
The applicant may only rely on the capacity of another entity in regard to technical and professional ability where the latter will perform the services for which these capacities are required.
If the applicant is a group of economic operators (e.g. a consortium), the consortium may as a whole submit 5 references. If the applicant relies on the capacity of one or more other entities, a maximum of 5 references may be submitted for the applicant and the supporting entities together.
The references will also be used in the assessment for choosing the limited number of candidates, cf. section II.2.9). If the applicant has references that do not fulfil the minimum requirements, such references may still be submitted to support the selection of the applicant, as long as the applicant’s total number of references does not exceed the above stated.
Vis mere
Krav om deponering og sikkerhedsstillelse:
“The supplier is expected to provide a parent company guarantee as well as a payment guarantee and a performance and warranty guarantee, however, DSB's...”
Krav om deponering og sikkerhedsstillelse
The supplier is expected to provide a parent company guarantee as well as a payment guarantee and a performance and warranty guarantee, however, DSB's requirements to these guarantees may be subject to negotiations during the tender procedure. Thus, the requirements for the guarantees may be changed or withdrawn entirely according to DSB’s decision.
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem: Reference is made to the tender documents with regards to the payment terms.
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No special legal form is required. If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No special legal form is required. If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities, to co-sign the agreements and to appoint one economic operator to represent the group.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Conditions related to the performance of the agreements are listed in the PA and the SPA.
Please note that the ownership of the coaches may be transferred...”
Betingelser for opfyldelse af kontrakten
Conditions related to the performance of the agreements are listed in the PA and the SPA.
Please note that the ownership of the coaches may be transferred to one or more companies ultimately owned by DSB. Furthermore, please note that the operation of the coaches may be performed by another train operator in the future.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Beskrivelse
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år: See section II.2.4).
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2018-10-19
14:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Der vil blive anvendt elektronisk bestilling
Elektronisk fakturering vil blive accepteret
Yderligere oplysninger
“1) Re the ESPD: The applicant shall complete and submit the electronic ESPD which serves as preliminary evidence of fulfilment of the conditions for...”
1) Re the ESPD: The applicant shall complete and submit the electronic ESPD which serves as preliminary evidence of fulfilment of the conditions for participation in the tender procedure, including the grounds for exclusion. DSB reserves the right, at any time during the tendering procedure, to request an applicant to provide documentary proof, cf. Section 151 of the Danish Procurement Act, if required to ensure the proper execution of the procedure. In this situation, DSB will set an appropriate deadline for the submission of documentation. DSB intends to ask the applicants to provide documentation concerning financial and economical standing after pre-qualification. Before awarding the agreements, the tenderer to whom DSB intends to award the agreements must provide documentation concerning the information in the ESPD, cf. Section 153 of the Danish Public Procurement Act. DSB have prepared the electronic ESPD for the economic operator to fill out. Further description re. request for pre-qualification, completion of ESPD and documentation see Enclosure C to the TC;
2) The duration indicated in section II.2.7 is the expected time-frame for the delivery of coaches as well as the duration of the SPA of 16 years (219 months), however not including the calling of the options for extension of the PA or/and SPA. Furthermore please note that DSB can decide to order additional services under the PA 30 years from preliminary acceptance of the last standard coach formation or coaches of the initial purchase or any additional purchase order. However, DSB only expects to order additional services at a limited extent;
3) The figure stated in section II.1.5 and II.2.6 is a rough estimate (including all options) stated solely for giving interested parties an impression of the scope of the agreements;
4) An economic operator may only submit one (1) application to participate. “Economic operator” shall be defined as a single economic operator or a group of economic operators (e.g. consortium). In addition, 2 or more economic operators who are part of the same legal group may not submit more than one application to participate, unless the economic operators can demonstrate that their participation in the tender process is and continuously will be autonomous and independent. “The same legal group" shall be defined as entities covered by directive 2013/34/EU art. 22(1). The same applies if an economic operator participates in more than one pre-qualification application, e.g. alone and in a consortium, alone and as a supporting entity or in a consortium and as a supporting entity. DSB will, where appropriate, request additional information from such applicants to verify that their participation in the tender process is and continuously will be autonomous and independent. If this cannot be verified, DSB may not take either of the applications into consideration. The same principle applies if the situation arises during the tender procedure;
5) Questions concerning the application for participation can be submitted via the “QnA” section in EU-Supply, where answers will also be made available. Applicants are encouraged to keep updated on this website;
6) Please note that the signing of the agreements is subject to political approval of the project, including final approval of the funding of the project from the Finance Committee of the Danish Parliament;
7) Please see TC cl. 9 regarding requirement categorization of the tender material. It is emphasized that all requirements that are not Mandatory Requirements may in principle be subject to negotiation and may be changed or withdrawn according to DSB’s decision. Thus, DSB encourages all economic operators who can comply with the Mandatory Requirements (and fulfil the minimum requirements for participation, see sections III.1.2 and III.1.3) to apply for pre-qualification, even if the economic operator cannot comply with all Key Requirements. Please also see TC cl. 7 re-expected topics for negotiations.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 35291000📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to Danish Act no 492 of 12.5.2010 with subsequent amendments on the Complaints Board for Public Procurement, complaints regarding a candidate not...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to Danish Act no 492 of 12.5.2010 with subsequent amendments on the Complaints Board for Public Procurement, complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement with-in 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, if the notification includes a short account of the relevant reasons for the decision.
Complaints regarding other decisions related to the tender must be filed with The Complaints Board for Public Procurement within 6 months after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the Framework Agreement if the notification included a short account of the relevant reasons for the decision.
The complainant must inform the contracting authority of the appeal in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint has been lodged in the standstill period. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the complainant is granted delaying effect.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2018/S 169-385699 (2018-08-31)
Bekendtgørelse om indgåede kontrakter (2020-03-23) Objekt Omfanget af udbuddet
Titel: Acquisition of Passenger Coaches for International Operation
Kort beskrivelse:
“This tender concerns DSB’s acquisition of new passenger coaches and a variety of interconnected deliverables by means of a framework agreement (Purchase...”
Kort beskrivelse
This tender concerns DSB’s acquisition of new passenger coaches and a variety of interconnected deliverables by means of a framework agreement (Purchase Agreement (‘PA’)) as well as a framework agreement which will regulate the spare parts supply for the maintenance (Spare Parts Agreement (‘SPA’)). The purpose of the acquisition is to enable DSB to carry out its passenger transport operation.
DSB will acquire new passenger coaches in support of DSB's existing fleet that will be operated using Siemens Vectron locomotives at a service-speed of at least 189 km/h. The acquisition consists of an initial purchase of 8 coach formations including the right to purchase additional formations and/or coaches.
The PA and SPA are interconnected and the tender procedure for the agreements was the same. Both agreements has been awarded to the same tenderer in accordance with the common award criteria, see section II.2.5).
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 500 000 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“As described in section II.1.4), the acquisition has 2 main components;
Firstly a framework agreement covering the acquisition of passenger coaches (the PA)...”
Beskrivelse af udbuddet
As described in section II.1.4), the acquisition has 2 main components;
Firstly a framework agreement covering the acquisition of passenger coaches (the PA) with a duration of 8 years with a possibility for extension of 4 years (and additional services for 30 years from preliminary acceptance of the last standard coach formation or coaches of the initial purchase or any additional purchase order, however, DSB only expects to order additional services at a limited extent).
Due to uncertainty regarding the infrastructure and operational needs and requirements DSB needs to be able to acquire further coaches and/or coach formations for a period of 12 years if the option is exercised. From an operational and economical perspective DSB needs to have an uniform fleet to minimize complexity in regard to e.g. maintenance, training, spare parts, documentation and to assure flexibility in the operation of the fleet. These reasons are especially important to consider as DSB expect that the opening of the Fehmarn Belt fixed link (expected in 2028) will lead to a need for additional capacity. In the view of DSB, these grounds satisfy the conditions for a contract period of up to 12 years (and 30 years for additional services), see the utilities directive art. 51(1).
Secondly, a framework agreement covering spare parts (the SPA) which will be DSB´s main source of spare parts and has a duration of 16 years (from delivery of the first coach formation) with possibilities for extension of 6, 4 and 4 years, thus potentially a duration of 30 years. The duration will allow DSB to purchase the relevant spare parts etc. for the expected lifetime of the coaches (30 years) which is required to ensure stable operation of the coaches. Furthermore, it is essential to minimize the technical and logistical issues which is achieved by having one supplier of spare parts etc. for the entire lifetime of the coaches. In the view of DSB, these grounds satisfy the conditions for a contract period of up to 30 years, see the utilities directive art. 51(1). Re. the extensions see also see section II.2.11.
The PA has a committed initial purchase of 8 coach formations incl. an initial spare parts package and maintenance special tools.
Throughout the duration of the PA DSB has the right to buy additional coach formations and/or coaches.
The coaches are foreseen to be operated in a sandwich-formation (i.e. with a locomotive in each end of the coach formations) using DSB’s Siemens Vectron locomotives in DK and DE in cross-border traffic between CPH and Hamburg (via Fredericia, i.e. no ferry) as well as between Aarhus and Hamburg at a service-speed of at least 189 km/h. Upon completion of the Fehmarn Belt fixed link, the line between CPH and Hamburg is expected to be operated via the Fehmarn Belt fixed link. Furthermore, the coaches may also be operated in Danish regional traffic.
Patentes Talgo S.L. will be responsible for obtaining all necessary authority approvals for the operation of the coaches.
It is emphasized that the delivery time and rate of delivery is dependent on a variety of circumstances, e.g. the acquisition is linked to the introduction of the new Vectron locomotives, Banedanmark’s projects concerning the railway infrastructure, including the signaling program and the electrification program, thus delays in these projects may influence the needed time and rate of delivery of coach formations.
Maintenance and repairs is to be performed by DSB’s own staff at DSB premises. Spare parts will be ordered by DSB under the SPA which will be the primary source of spare parts for the coaches. Patentes Talgo S.L. will be responsible for delivery of spare parts, spare parts kits, rotables and maintenance special tools as well as be responsible for overhaul and repair of rotables for the coaches.
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2018/S 169-385699
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: New Coaches
Dato for indgåelse af kontrakten: 2020-02-21 📅
Oplysninger om udbud
Antal modtagne bud: 2
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 2
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 2
Navn og adresse på kontrahenten
Navn: Patentes Talgo S.L
Nationalt registreringsnummer: B-8428553
Postadresse: Paseo Tren del Talgo 2, Las Matas,
Postby: Madrid
Postnummer: 28290
Land: Spanien 🇪🇸
Telefon: +34 648403645📞
E-mail: jvlorenzo@talgo.com📧
Region: España 🏙️
URL: www.talgo.com🌏
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: EUR 500 000 000 💰
Kontraktens/parcellens samlede værdi: EUR 500 000 000 💰
Supplerende oplysninger Yderligere oplysninger
“The PA and SPA are framework agreements and hence it is not possible to conclusively state the total value of the agreements. The value stated in section...”
The PA and SPA are framework agreements and hence it is not possible to conclusively state the total value of the agreements. The value stated in section II.1.7) and V.2.4) is the potential total value of the agreements, but does not constitute the exact value of the agreements nor a minimum committed purchase by DSB. The exact value depends on e.g. the number of coaches/coach formations acquired and whether the options for extension will be utilized.
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to Danish Act no 492 of 12 May 2010 with subsequent amendments on the Complaints Board for Public Procurement, complaints must be filed with The...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to Danish Act no 492 of 12 May 2010 with subsequent amendments on the Complaints Board for Public Procurement, complaints must be filed with The Complaints Board for Public Procurement within 6 months after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement if the notification included a short account of the relevant reasons for the decision.
The complainant must inform the contracting authority of the appeal in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint has been lodged in the standstill period. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the complainant is granted delaying effect.
Vis mere
Kilde: OJS 2020/S 061-146531 (2020-03-23)