Back to tenders & grants page
Denmark-Ringsted: Railway and tramway locomotives and rolling stock and associated parts Transport & Logistics Denmark-Ringsted: Railway and tramway locomotives and rolling stock and associated parts
Receive Tenders like this by email

Denmark-Ringsted: Railway and tramway locomotives and rolling stock and associated parts

Denmark-Ringsted: Railway and tramway locomotives and rolling stock and associated parts has been closed on 02 Jul 2022. It no longer accepts any bids. For further information, you can contact the Lokaltog A/S (26 15 90 40)

Bellow, you can find more information about this project: 

Location: Denmark

General information

Donor:

Lokaltog A/S (26 15 90 40)

Industry:

Transport & Logistics

Status:

Closed

Timeline

Published:

01 Dec 2022

Deadline:

02 Jul 2022

Value:

Not available

Contacts

Name:

Kenneth Juul

Phone:

+45 29733553

+45 72405600

+45 41715000

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:16411-2022:TEXT:EN:HTML&src=0&tabId=2

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Lokaltog A/S
National registration number: 26 15 90 40
Postal address: Jættevej 50
Town: Ringsted
NUTS code: DK02 Sjælland
Postal code: 4100
Country: Denmark
Contact person: Kenneth Juul
E-mail: [email protected]
Telephone: +45 29733553
Internet address(es):
Main address: https://www.lokaltog.dk/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/920f20fa-ae16-47d8-ba90-d4cb319e754b/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/920f20fa-ae16-47d8-ba90-d4cb319e754b/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/920f20fa-ae16-47d8-ba90-d4cb319e754b/homepage
I.6)Main activity
Railway services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Tender for Rolling Stock Lokaltog A/S

Reference number: BEMU for Local services Eastern Denmark
II.1.2)Main CPV code
34600000 Railway and tramway locomotives and rolling stock and associated parts
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Lokaltog A/S (“Lokaltog”) is hereby conducting an EU public procurement procedure for a contract regarding acquisition of train sets. The train sets shall replace several train sets from the 90’s in Region Zealand.

As a result of dialogue with stakeholders and market consultations, Lokaltog has decided to obtain tenders regarding zero emission technology, specifically trains powered by battery.

II.1.5)Estimated total value
Value excluding VAT: 1 792 000 000.00 DKK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
34631000 Parts of locomotives or rolling stock
34620000 Rolling stock
34622000 Railway and tramway passenger coaches, and trolleybuses
34622200 Railway passenger coaches
II.2.3)Place of performance
NUTS code: DK02 Sjælland
II.2.4)Description of the procurement:

In this procurement procedure, Lokaltog seeks tenders for 14 battery train sets with carriages with a maximum length of 47 meters. In addition to the purchase of 14 battery train sets, the supplier shall deliver an initial package of reparable components and tools and 15 years of spare parts supply. Furthermore, the supplier shall deliver the price for additional 10 battery train sets which Lokaltog is entitled to order (option).

The procurement procedure is conducted as a competitive procedure with negotiation in accordance with the Utilities Directive which means that only pre-qualified tenderers are invited to submit tenders.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 792 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2023
End: 01/01/2045
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 3
Objective criteria for choosing the limited number of candidates:

The contracting authority will select 3 candidates for pre-qualification. If the contracting authority receives requests for participation from more than 3 suitable candidates, and these candidates meet the minimum requirements listed in Tender conditions, paragraph 8.2.1 and 8.2.2, the contracting authority will select the candidates invited to submit a tender based on the criteria set out below.

The selection of candidates will be based on an assessment of which suitable candidates can demonstrate the best and most relevant experience, comparable to the delivery described in section II.2.4, in terms of the total references from the candidates based on the requirements in paragraph 8.2.2 of the Tender Conditions.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Lokaltog is entitled to order 1-10 additional battery train sets (train set 15-24), including an initial package of components reparable and including spare parts supply for 15 years. Lokaltog may order the additional battery train sets etc. in 1-4 orders. The deadlines for ordering the additional battery train sets are 1 January 2025, 1 January 2026, 1 January 2027, and 1 January 2028.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The estimated contract value stated in section II.2.6) above is between 1.000.000.000 DKK and 1.792.000.000 DKK and includes the option. The estimated value of the option is 740.000.000 DKK.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

The minimum requirements of the economic and financial standing of candidates are as follows:

I. Current ratio > 100 calculated by: (current assets x 100) / short-term debt = current ratio (%), and

II. A total annual turnover of at least 250 000 000 EUR the last 3 financial years, and

III. A positive equity the last 3 financial years.

The minimum requirements are calculated as described in paragraph 8.2.1 of the tender conditions.

Minimum level(s) of standards possibly required:

See section III.1.2) above.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The minimum requirements of the technical and professional ability of candidates are as follows:

I. The candidate must have received orders for at least 10 battery trains or orders for at least 10 battery trains on a Platform for electric regional trains based on AC or MS (AC/DC) within the last 5 years.

II. The candidate must have achieved homologation without restrictions or time-limit of at least one train on a Platform for electric regional trains based on AC or MS (AC/DC) in accordance with TSI Loc&Pas 2014 or later in an EU/EEA member state. In addition, the applicant shall demonstrate that it has implemented changes of TSI standards on the Platform.

III. The candidate must have provided or received orders for maintenance services for electric trains with battery packages or electric trains, including technical support and spare parts supply within the last 5 years. It is not necessary that the provision of these services is covered by one reference, wherefore the candidate may e.g. submit one reference covering maintenance services including technical support and one reference covering spare parts supply (or the candidate may provide a single reference that covers all the above mentioned services).

Candidates must provide at least one (1) reference related to I, II and III respectively or one (1) reference covering I, II and III together. The candidates may only submit a maximum of five (5) references covering I, II and III respectively or together. If a candidate submits more than maximum of references, the contacting authority will only assess the five references covering I, II and III respectively or together, which is stated first in the ESPD-document.

Minimum level(s) of standards possibly required:

See section III.1.3) above.

III.1.6)Deposits and guarantees required:

To ensure the supplier’s performance of all obligations under this contract, the supplier shall no later than 10 days after signing the contract provide an on-demand performance guarantee at an amount corresponding to 10 % of the contract price, cf. paragraph 16.2 of the contract.

The supplier shall provide Lokaltog with an on-demand advance payment guarantee equivalent to the amount of the milestone payment, cf. the Milestone and Payment Plan in Appendix 5 to the contract and paragraph 16.3 of the contract.

If the supplier during the prequalification phase has relied on the economic and financial resources of a third party, e.g., a parent company, the third party must no later than upon the signing of this contract submit to Lokaltog an unconditional and irrevocable surety bond (selvskyldnerkaution) covering the Supplier’s obligations under this contract, or – if the third party is a parent company – a parent company guarantee, cf. paragraph 16.4 of the contract.

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

If the supplier is a group of entities (e.g., a consortium) these entities shall be jointly and severally liable for the performance of this contract. If the supplier, during the prequalification phase, has relied on the economic and financial resources of a third party, the third party shall be jointly and severally liable for the performance of this contract, cf. paragraph 18.2 of the contract.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/02/2022
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 28/02/2022
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

A candidate who at any time during the procurement procedure is subject to one of the reasons for exclusion in sections 135-136 or Section 137, first paragraph, (2)(3)(4)(6) or (7) of the Danish Public Procurement Act will be excluded from participating in the procurement procedure, cf. Article 80 in the Utilities Directive.

The supplier of the contract warrants that each train delivered to Lokaltog complies with the maintenance obligations stated in the Tender documents, from the issuance of the final takeover certificate and until 18 years after the issuance of the final takeover certificate. The duration of the contract stated in section II.2.7 is therefore an expected duration of the contract which depends on the final take over for train sets.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: [email protected]
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Complaints must be submitted to the Danish Complaints Board for Public Procurement no later than 45 calender days after the contracting authority has published a contract award notice, cf. section 7 (2) of the Danish Act on the Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud).

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: [email protected]
Telephone: +45 41715000
Internet address: www.kfst.dk
VI.5)Date of dispatch of this notice:
07/01/2022

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more