23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 133-327827
Offentliggjort
13.07.2020
Udbudstype
Udbud efter forhandling

Udbyder

Metro Service A/S — 2250 — Purchase

Vindere

Bogie Maintenance Overhaul — Bid Submission

(24.03.2021)
Euromaint Components and Materials AB
Box 6067
17106 Solna

Bogie Maintenance Overhaul — Pre-qualification


Metro Service A/S — 2250 — Purchase

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Metro Service A/S — 2250 — Purchase
National registration number: 21263834
Postal address: Metrovej 3
Town: København
NUTS code: DK DANMARK
Postal code: 2300
Country: Denmark
Contact person: Cecilie Clausen
E-mail: cbc@metroservice.dk
Telephone: +45 32482800

Internet address(es):

Main address: https://permalink.mercell.com/134181333.aspx

Address of the buyer profile: http://metroservice.dk/

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/134181333.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/134181333.aspx
I.6) Main activity
Railway services

Section II: Object

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

Bogie Maintenance Overhaul — Pre-qualification

Reference number: Bogie Tender 2020
II.1.2) Main CPV code
50220000 Repair, maintenance and associated services related to railways and other equipment
II.1.3) Type of contract
Services
II.1.4) Short description:

The following tender terms and conditions apply to Metro Service A/S' tender for Bogie Maintenance Overhaul for Metro line M1+M2 and M3+M4. Maintenance Overhaiul must be performed according to attached manuals.

Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/134181333.aspx

II.1.5) Estimated total value
Value excluding VAT: 43 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
34000000 Transport equipment and auxiliary products to transportation
34940000 Railway equipment
60200000 Railway transport services
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

Copenhagen.

II.2.4) Description of the procurement:

General information

The maintenance overhaul is called respectively 5- and 10-years overhaul. The bogies are by law required to receive maintenance overhaul every 5 year or when running between 600.000 - 800.000 km, depending on which comes first. The difference between the two overhauls are showed in appendix 1, 2 and 3. One bogie set consists of four bogies: one trailer/one motor bogie/two motor bogie heads. One bogie set have an insurances value of DKK 2 500 000.

Given the fact that the Copenhagen Metro is currently expanding, the offeror is advised to consider a quantity margin of 15 % deviation when quoting on all sub elements. MESE will plan a year ahead every year, so that the selected supplier will be able to plan accordingly.

For further information on the scope of the tender please see attached appendix 1, 2 and 3.

The contract consists of the following two subelements:

1) M1+M2 5- and 10-maintenance overhaul

— upstart and quantity: the first bogie set is estimated to be ready Q1 in 2021. The estimated volume is set to 29 + 16 bogie sets within the contract period + and option for 9 bogie sets.

— 5-year maintenance overhaul 16 bogie sets. According to appendix 3 manual. + option nine Bogie sets according to Appendix 2 manual;

— 10-year maintenance overhaul 29 bogie sets. According to Appendix 1 manual;

— transportation: one bogie set can be delivered/picked up in one truckload.

Pick-up must be at:

Metro Service, Metrovej 3, 2300, Copenhagen S.

2) M3+M4 5-year maintenance overhaul

— upstart and quantity:

The first bogie set is estimated to be ready in Q1 in 2021. The total volume of bogie sets is estimated to be 41 bogie sets within the contract period.

— 5-year maintenance overhaul 41 bogie sets. According to Appendix 2 manual;

— transportation: one bogie set can be delivered/picked up in one truckload.

Pick-up must be at: Metro Service A/S, Vasbygade 16, 2450, Copenhagen V.

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: 43 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2021
End: 31/12/2023
This contract is subject to renewal: yes
Description of renewals:

Option up to 24 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option is specified with in appendix 4.

II.2.12) Information about electronic catalogues
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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The offeor shall in part IV.B of the ESPD, in order to demonstrate economic and financial capability, provide the following documentation and information:

Minimum level(s) of standards possibly required:

— Offerors turnover must be more than DKK 40 000 000 (Forty million) annually.

— Presentation of annual reports including equity or relevant extracts thereof for the last 3 financial years.

— The offerors bid must not exceed 25 % of the supplier's annual turnover in EU incl. price/turnover of maintenance overhaul for 20 bogie sets. This must be informed in the submitted ESPD.

— Equity of min. DKK 9 000 000 (Nine million) is required (including value of stock and other assets).

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

Offerors must leve-up to the folllowing technical capacity and references criterias.

Minimum level(s) of standards possibly required:

1) Offerors must inform when they will be able to start to service the first bogie set. Appendix 8 must be filled out.

2) Offerors must deliver a complete bogie maintenance overhaul within 30 workdays incl. transportation. If this is not possible, offerors will not qualify for the bid submission round. Appendix 8 must be filled out.

3) Offerors must inform how many bogies they are able to service monthly. Appendix 8 must be filled out.

4) Offerors must inform how many people they have in their organisation to solve the given task. Offerors must upload an organisation diagram, where it is possible to see which personnel is allocated to the maintenance overhaul, showing name and title of the allocated personnel to the maintenance overhaul for the bogies. Appendix 8 must be filled out.

5) Offerors must inform whether they have a local Department/Danish speaking person, which will be able to support their daily communication. Appendix 8 must be filled out.

6) Offerors must document that they have the necessary experience within the given assignment. The description must max fill two (2) A4-pages.

7) Offerors must have experience in solving the assignments that are within the scope of the tender. Therefor offerors must enclose up to three (3) ongoing or immediately completed references and these must at least deal with said assignment. For each reference, in the ESPD's Part IV.C, the offeror is expected to provide information on the client's name, email and telephone number of the contact person, short description of the assignment, date of the assignment's initialisation and conclusion (or expected conclusion if the assignment is ongoing).

8) Offerors are expected to assign a project manager with relevant experience for the duration of the contract. Offeror should in ESPD section IV.C provide the name(s) of the relevant person(s) assigned to the project along with information of their relevant experience in that regard for example in an uploaded CV.

9) Offerors must document that they have the necessary approvals and certificates to solve said assignment according to the given task.

10) Offerors must have implemented a quality management system, such as ISO 9001:2015 el. DS/ISO/TS22163:2017, including integrated and certified Welding of railway vehicles DS/EN 15085-2.

11) Offerors must have a healthy and safe working environment. Offerors must indicate whether they have received comments in the last 24 months in the form of restrictions, injunctions/prohibitions or fines from the labor inspectorate. If this is not the case, offerors must give a faith and promise declaration that there are no remarks. Metro service reserves the right to reject bidders who have objections or do not make a statement of faith.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/08/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799

Internet address: http://www.naevneneshus.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
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: kfst@kfst.dk
Telephone: +45 41715000
Fax: +45 41715100

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
08/07/2020

Send til en kollega

0.063