DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has 44 train sets, equal to 88 battery chargers Battery chargers from IC3 and IR4 train sets follow an overhaul production plan, subject for changes and extensions. It is crucial for the overhauling of IC3 batter chargers, that initial overhaul of the first battery chargers starts week 6 February 2021 as the overhaul is a part of a major overhaul service; and hence will seriously affect the overall major overhaul if the production plan is not followed. The overhaul of the battery chargers is expected to last 2-3 years according to the production plan. Besides from the overhaul service noted above, DSB also requires a framework agreement covering supply of repair service and spare parts for a period of 6 years with options for extensions of 2 x 2 years.
Deadline
Fristen for modtagelse af bud var på 2020-10-21.
Indkøbet blev offentliggjort på 2020-09-21.
Objekt Omfanget af udbuddet
Titel:
“DSB Tender on Overhaul and Repair Service and Supply of Spare Parts for Battery Chargers for litra IC3 and IR4 Train Sets
Battery Chargers IC3 & IR4”
Produkter/tjenester: Reparation og vedligeholdelse af rullende materiel📦
Kort beskrivelse:
“DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has...”
Kort beskrivelse
DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has 44 train sets, equal to 88 battery chargers Battery chargers from IC3 and IR4 train sets follow an overhaul production plan, subject for changes and extensions. It is crucial for the overhauling of IC3 batter chargers, that initial overhaul of the first battery chargers starts week 6 February 2021 as the overhaul is a part of a major overhaul service; and hence will seriously affect the overall major overhaul if the production plan is not followed. The overhaul of the battery chargers is expected to last 2-3 years according to the production plan. Besides from the overhaul service noted above, DSB also requires a framework agreement covering supply of repair service and spare parts for a period of 6 years with options for extensions of 2 x 2 years.
1️⃣
Yderligere produkter/tjenester: Reparation og vedligeholdelse af rullende materiel📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: At suppliers location.
Beskrivelse af udbuddet:
“DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has...”
Beskrivelse af udbuddet
DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has 44 train sets, equal to 88 battery chargers Battery chargers from IC3 and IR4 train sets follow an overhaul production plan, subject for changes and extensions. It is crucial for the overhauling of IC3 batter chargers, that initial overhaul of the first battery chargers starts week 6 February 2021 as the overhaul is a part of a major overhaul service; and hence will seriously affect the overall major overhaul if the production plan is not followed. The overhaul of the battery chargers is expected to last 2-3 years according to the production plan. DSB may require another overhaul or maintenance service of the IC3 battery chargers after 2-3 years after the completion of this overhaul. However, it is optional and may be mere minor overhaul and maintenance or repair services. IR4 overhaul of battery chargers can performed cyclical and less frequent, however still according to the production plan. Besides from the overhaul service noted above, DSB also requires a framework agreement covering supply of repair service and spare parts for a period of 6 years with options for extensions of 2 x 2 years.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 70
Pris (justeringskoefficient): 30
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 7 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 72
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser: Option for extending the contract with up to 2 x 2 years.
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the similar services and supplies covered by the contract, see the description in sections II.1.4) and II.2.4).
In the evaluation of which candidates have documented the most relevant deliveries of similar services and supplies, the extent to which the references, in total, document relevant experience in delivering the similar services and supplies.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne: Extension of contract period, 2 x 2 years after initial term.
Beskrivelse
Yderligere oplysninger:
“DSB Tender on overhaul and repair services and supply of spare parts for battery chargers for litra IC3 and IR4 train sets.”
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the European Single Procurement Document (‘ESPD’) with the following in-formation in ESPD part IV
A. the candidates total annual...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the European Single Procurement Document (‘ESPD’) with the following in-formation in ESPD part IV
A. the candidates total annual turnover in the three (3) latest financial years available;
B. the candidates EBIT in the three (3) latest financial years available;
C. the candidates solvency ratio in the three (3) latest financial years available.
If the candidate relies on the economic and financial capacity of other entities, the contracting entity re-quires that the candidate and the entities in question undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:
A. A statement regarding the candidates total turnover in the three most recent annual reports/financial statements available, depending on when the candidate was set up or started trading, if the figures for this turnover are available. For groups of candidates (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information must be submitted for all both the candidate and all sup-porting entities.
B. A statement regarding the candidates EBIT in the three most recent annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this turnover are available. For groups of candidates’ (e.g. a consortium), the information in the most recent annual re-port/financial statement available must be submitted for each participating candidate in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
C. A statement regarding the operator's solvency ratio calculated as (total equity/total assets)*100 in the three (3) most recent annual reports/financial statements available, depending on when the operator was set up or started trading. For groups of candidates (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating candidate in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
“A. As a minimum requirement, an average total annual turnover of at least DKK 15 million calculated over the latest three (3) financial years available. For...”
A. As a minimum requirement, an average total annual turnover of at least DKK 15 million calculated over the latest three (3) financial years available. For groups of candidates (e.g. a Consortium) turnover will be calculated as the combined total turnover of the candidates in the group in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities the turnover is calculated as the total combined turnover of the candidate and the supporting entities in each of the latest three (3) financial years.
B. As a minimum requirement, an average EBIT of at least DKK 1.5 million calculated over the latest three (3) financial years available. For groups of candidates (e.g. a Consortium) EBIT is calculated as the combined EBIT of the candidates in the group in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities net income is calculated as the total combined EBIT of the candidate and the supporting entities in each of the latest three (3) financial years.
C. As a minimum requirement, an average solvency ratio of at least 20 % calculated over the latest three (3) financial years available. For groups of candidates (e.g. a Consortium) solvency ratio will be calculated as the combined equity of the candidates in the group divided by the combined total assets of the candidates in the group, in percent, in each of the latest three (3) financial years available.
Where a candidate relies on the economic and financial capacity of other entities solvency ratio will be calculated as the combined equity of the candidate and supporting entities divided by the combined total assets of the candidate and supporting entities, in percent, in each of the latest three (3) financial years available.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the ESPD with the following information:
A list of up to the 5 most significant references with similar services and supply to...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the ESPD with the following information:
A list of up to the 5 most significant references with similar services and supply to this tender, see sections II.1.4) and II.2.4), that the candidate has carried out in the last 5 years.
Only references relating and to similar services and supplies carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the case of an ongoing task, only the part of the similar services and supplies already performed at the time of application will be included in the evaluation of the reference.
Each reference is requested to include a brief description of the deliveries made.
No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium).
The ESPD serves as provisional documentation that the candidate the candidate's compliance with the selection criterion, see section II.2.9).
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Payment terms 30 days
Delivery terms Incoterms 2020: DDP upon delivery to DSB. DSB delivery to supplier Incoterms 2020: DDP.”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No specific legal form is required.
If the order is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No specific legal form is required.
If the order is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention No 94 on labour clauses in public contracts and Circular No 9471 of 30 June 2014.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-10-21
13:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2020-10-26 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Buddet skal være gyldigt indtil: 2021-02-03 📅
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3).
If the application contains several versions of the same document, the latest uploaded version will apply.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications.
The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in ss.135 and 136 of the Danish Public Procurement Act, cf. s.10, para. (1) of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors, unless the candidate has submitted sufficient documentation for its reliability in accordance with s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørelsen).
As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, including the price of all options. The estimate is based on the contracting entity's market and technical knowhow.
As regards section II.2.9) it should be noted that each candidate may only submit one application for prequalification.
The contracting entity may ask the applicant to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the [application/tender] does not meet the formal requirements of the procurement documents.
The contracting entity reserves the right to award the contract on the basis of the initial tender.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer if the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para. (1) of the Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published;
2) 30 calendar days calculated from the day after the day when the contracting entity has notified the tenderers concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification includes an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity has entered into a framework agreement calculated from the day after the day when the contracting entity has notified the affected candidates and tenderers, see section 2(2) of the Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged
Within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).
The Complaints Board’s own complaints procedure is available at www. erhvervsstyrelsen.dk
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 2020/S 187-452407 (2020-09-21)
Supplerende oplysninger (2020-12-02) Objekt Omfanget af udbuddet
Titel:
“DSB Tender on Overhaul and Repair Service and Supply of Spare Parts for Battery Chargers for Litra IC3 and IR4 Train Sets
Battery Chargers IC3 & IR4”
Kort beskrivelse:
“DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has...”
Kort beskrivelse
DSB’s battery chargers from our IC3 and IR4 train sets are scheduled for an overhaul service. IC3 has 96 train sets, equal to 192 battery chargers IR4 has 44 train sets, equal to 88 battery chargers battery chargers from IC3 and IR4 train sets follow an overhaul production plan, subject for changes and extensions. It is crucial for the overhauling of IC3 batter chargers, that initial overhaul of the first battery chargers starts week 6 February 2021 as the overhaul is a part of a major overhaul service; and hence will seriously affect the overall major overhaul if the production plan is not followed. The overhaul of the battery chargers is expected to last 2-3 years according to the production plan. Besides from the overhaul service noted above, DSB also requires a framework agreement covering supply of repair service and spare parts for a period of 6 years with options for extensions of 2 x 2 years.
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2020/S 187-452407
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: IV.2.2)
Sted for den tekst, der skal ændres: Time limit for receipt of tenders or requests to participate
Gammel værdi
Dato: 2020-12-03 📅
Tid: 13:00
Ny værdi
Dato: 2020-12-09 📅
Tid: 13:00
Kilde: OJS 2020/S 238-589378 (2020-12-02)