23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 217-396574
Offentliggjort
10.11.2015
Udbudstype
Udbud efter forhandling

Bestilling af materiale

http://www.bascon.dk/da/udbud

Anmodning om deltagelse

Til
21.12.2015 Kl. 12:00

Udbyder

Hovedstadens Letbane (Ring 3 Letbane I/S)

Vindere

Valgt konsortium

(12.01.2018)
Konsortium med Siemens A.G, Siemens A/S og Aarsleff Rail A/S

(28.03.2018)
Consortium Siemens Aarsleff (Siemens AG, Siemens DK, Aarsleff Rail A/S)
Nonnendammallee 101 Berlin Charlottenburg HRB 12300
HRB 6684 Munich

Opdateringer

Rettelse
(08.12.2015)

I stedet for:


IV.3.4) Time limit for receipt of tenders or requests to participate:


21.12.2015 (12:00)


Læses:


IV.3.4) Time limit for receipt of tenders or requests to participate:


22.1.2016 (12:00)

Rettelse
(19.12.2015)

I stedet for:


II.1.5) Short description of the contract or purchase(s):


Further information on the project and the contract structure is available in the document ‘Information about the public procurement process’ (hereinafter referred to as ‘info-document’), which can be downloaded from www.bascon.dk/da/udbud.


II.3) Duration of the contract or time limit for completion:


Duration in months: 60 (from the award of the contract)


IV.3.4) Time limit for receipt of tenders or requests to participate:


22.1.2016 (12:00)


Læses:


II.1.5) Short description of the contract or purchase(s):


Further information on the project and the contract structure is available in the document ‘Information about the public procurement process’ (hereinafter referred to as ‘info-document’), which can be downloaded from www.bascon.dk/da/udbud


Due to a change in the construction time schedule the info-document are updated and uploaded in a version 4.0.


II.3) Duration of the contract or time limit for completion:


Duration in months: 72 (from the award of the contract)


IV.3.4) Time limit for receipt of tenders or requests to participate:


3.2.2016 (12:00)

Letbane på Ring 3 (Light Rail on Ring 3) - Transportation System


Hovedstadens Letbane (Ring 3 Letbane I/S)

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Hovedstadens Letbane (Ring 3 Letbane I/S)
Metrovej 5
For the attention of: Carsten Larsen
2300 Copenhagen S
DENMARK
Telephone: +45 40631014
E-mail: cla@m.dk

Internet address(es):

General address of the contracting entity: http://www.m.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Urban railway, tramway, trolleybus or bus services
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Letbane på Ring 3 (Light Rail on Ring 3) — Transportation System.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Along the road Ring 3 and at the contractors productions facilities.
NUTS code
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
Contracting entity (the owners):
The Danish Government, The Capital Region of Denmark and 11 municipalities (Lyngby-Taarbæk, Gladsaxe, Herlev, Rødovre, Glostrup, Albertslund, Brøndby, Høje-Taastrup, Hvidovre, Vallensbæk, Ishøj) have agreed to construct a Light Rail on Ring 3 and formed the partnership ‘Hovedstadens Letbane’.
Formally ‘Ring 3 Letbane I/S’ will be the contracting entity. After a construction law is passed in the Parliament the name will be changed to Hovedstadens Letbane (HL).
The project:
The ‘Letbane på Ring 3’ will have 28 stations on a 28 kilometre double track from Lundtofte in the North to Ishøj in the South.
Frequent services at 5 minute intervals on weekdays make the light rail an attractive public transport solution.
The light rail is expected to carry 13 000 000 — 14 000 000 passengers a year. The number may increase to 17 000 000 — 18 000 000, as the area along the line gradually develops.
Contract structure:
The contract structure will be:
A. 5 contracts for Civil Works including roads, bridges and other complex structures
B. 1 contract for Transportation System (TS) including Stations, Substations and CMC (CMC Building contractor as nominated subcontractor, cf. below). The TS contractor will be subcontractor to the O&M contractor for part of the maintenance
C. 1 contract for Control and Maintenance Centre (CMC) Building (the contractor will be transferred to the TS Contractor as a nominated subcontractor)
D. 1 contract for Operation & Maintenance (O&M). The TS contractor will be subcontractor for part of the maintenance.

Further information on the project and the contract structure is available in the document ‘Information about the public procurement process’ (hereinafter referred to as ‘infodocument’), which can be downloaded from www.bascon.dk/da/udbud

Present contract notice:
The present contract notice comprises the Transport System contract.
Scope of work in the TS contract:
The contract for Transport System (TS) includes design, supply and installation of all TS works and supply of a complete light rail system:
— Rolling Stock: Passenger vehicles and Service vehicles.
— Control and Maintenance Centre (CMC) with stabling, control room, train wash, workshop with all required equipment for maintaining and operating the system (CMC Building as a nominated subcontractor, cf. above).
— Supply and installation of all Stations and Substations.
— Act as the system integrator during all phases.
The contract further includes part of maintenance of the TS equipment for a period of 15 years after start of commercial operation. The split will be detailed in the tender documents.
The transportation system shall be designed in accordance with the German BOStrab regulations. All equipment and systems will be similar to those found on equivalent modern European light rail networks.
Transport System infrastructure element of the TS contract includes Permanent Way (Track), Traction Power, Power Supply, SCADA, Intermodal Transport Control System (ITCS), Passenger Security and Information System (PSIS), Control Room, Radio and Communication, Signalling, CMC Equipment, Stations and Traction.
Substations for each 2 km line transforming 10 kV AC to 750 V DC. Scope includes building with all technical equipment as well as access road and area around building. Traction Power will be a 750 V DC overhead system with traction return through the rails. A dedicated 10 kV ring fed from 3 connections to the D.O.N.G. grid will supply the Traction Power and 400 V AC network. Substations will furthermore house SCADA and communication equipment.
Permanent Way (Track) will include the track super structure and be twin track, standard steel rails, 1 435 mm gauge, approx. 80 % ballasted and 20 % slab track (embedded grooved rail).
PSIS will be at fixed installations at stations as well as on the Light Rail vehicles (LRV).
Voice and data transmission will be provided via a fibre network, radio, Wi-Fi and mobile technology.
The signalling system will be based on the fundamental principles of driving by sight, but with interlocking system at a few locations.
Road junction interfaces will be by local LRV detection providing a request for priority to the local signal traffic controller.
Design to a more detailed level of the stations will form part of the tender documents.
Rolling stock is anticipated to be 27 units, bi-directional vehicles, 100 % low floor, 2.65 m wide and between 30 m and 35 m long standard light rail vehicles. Passenger vehicles shall be capable of operating 130 000 km/year with high reliability.
II.1.6) Common procurement vocabulary (CPV)

45234121, 45234128, 34620000, 34621200, 50220000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
Options: yes
Description of these options: 1 option comprises to change Track Form Ballast to Track Form Slab Track (embedded grooved rail) partly or in total.
1 option comprises grass track (slab track).
Options for 1, 2 or 3 extra LRV.
Options for 1 or 2 extra substations.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Will be stated in the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be stated in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A group of economic operators must be jointly and severally liable for the performance of the contract. A declaration to this effect must be submitted if a tender is submitted.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The TS Contract will be based on an AB/SB document (HL supplement and changes to ABT 93) for the works and a special M SB for the maintenance based on functional requirements. All contracts will in the AB/SB documents contain labor and social clauses, requirements in relation to health and safety and requirements in relation to working environment, etc.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 1) The request for participation must be submitted in three copies of the same wording and a digital copy on a USB. Organisation of the application in accordance with the structure of this announcement will be highly appreciated.
2) The request must include a description of the Applicant.
The description must include:
— a general description of the company/companies forming the Applicant;
— a description of the role of the company/companies forming the Applicant;
— a general description of each third party (e.g. consultant or subcontractors) the Applicant base the application on (if any);
— a description of the role of each third party the Applicant base the application on (if any).
3) The request must specify the phone number; e-mail address and name of contact person for the Applicant.
4) According to Consolidation Act No. 336 of 13 May 1997, the applicant must enclose a solemn declaration in respect of due, unpaid debt to the authorities.
5) The request must also be accompanied by a solemn declaration to the effect that the applicant is not excluded from participating in the tender procedure for reasons specified in Article 54 (4), second sentence (corresponding to the Public Procurement Directive, Article 45 (1)), and that the applicant is not excluded from participating in the tender procedure for reasons covered by the Public Procurement Directive, Article 45 (2), letters a, b, c, e and f.
Formality:
If the request for participation comes from a consortium / JV, the abovementioned information in nos. 4-5 must be given for each participant in the consortium / JV.

A paradigm for the solemn declarations mentioned in nos. 4 and 5 above is available at www.bascon.dk/da/udbud

III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 6) The request must be accompanied by information on the Applicant's economic key figures for the 3 last available years as follows:
— turnover;
— profit/loss for the year after taxation;
— equity capital;
— total assets.
The information may be given as a table, dated and signed by the applicant, HL would prefer not to receive annual reports.
HL reserves the right to obtain audited annual reports upon request.
Formality:
If the request for participation comes from a consortium, the above mentioned information must be submitted for each participant of the consortium.
If the application is based on economic and financial capacity of a third party (e.g. a parent company):
— the above mentioned information in section III.2.2 must also be enclosed for such third party;
— an availability declaration from the third party must be enclosed, cf. Article 54 (5) of the Utilities Directive.
No availability declaration is needed if the application is based solely on the applicant's own economic and financial capacity.

A template for the availability declaration is available at http://www.bascon.dk/da/udbud

Minimum requirements regarding economic and financial capacity:
There must be no risk worth mentioning that for financial reasons the applicant will not be able to complete the task in a satisfactory way.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 7) The application must be accompanied by references for comparable assignments to the 1 put out to tender.
Each reference may contain a description of the nature of each project, the client, a contact person if available, the physical and financial size of the project, the work performed by the applicant and the timeframe in which the project was carried out. Comparable reference projects may include the following key features:
a) Design, construction and project management of light rail or tramway projects.
b) All subsystems and supply of rolling stock.
c) Performance in an urban and complex stakeholder environment.
d) Safety approval handling (CSM-RA).
e) Collaboration with other (non-team) contractors.
f) Traffic management.
g) Authority approvals handling.
h) Occupational health and safety incl. safety statistics.
HL wants a maximum of 10 references per company (company/companies forming the Applicant and every third party (if any)). Each company is requested to choose his 10 most relevant references.
8) The request must be accompanied by information about the applicant's approximate number of employees who have been involved in comparable assignments within the last 3 years.
Formality:
— If the request for participation comes from a consortium, the above mentioned information in Nos 7 and 8 are must be given for each participant of the consortium.
— If the application is based on technical capacity from a third party (e.g. a consultant or a subcontractor):
i) the above mentioned information in Nos 7 and 8 must also be given for the third party;
ii) an availability declaration signed by the third party must be enclosed, cf. Article 54 (6) of the Utilities Directive.

— A template for the availability declaration is available at http://www.bascon.dk/da/udbud

Minimum Requirement regarding technical capacity:
The applicant must document solid experience with — and competence for — solving assignments comparable to the one offered for tender. The assessment will include the total documented experience in the references submitted.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
IV.3.2) Previous publication(s) concerning the same contract

Periodic indicative notice

Notice number in the OJEU: 2015/S 179-325879 of 16.9.2015

IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
21.12.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
Four Tenderers for the TS contract will be selected from among the applicants that comply with the minimum requirements of item III.2 of the contract notice.
The selection of Tenderers will be based on an overall assessment of how the contracting authority can obtain the most attractive tenders. This overall assessment comprises the below items A, B and C in prioritized order:
A) An assessment of technical capacity and competence on the basis of information requested in item III.2.3 of the contract notice.
The evaluation will prioritize the following (in no specific order):
— Light Rail Transit (LRT) projects.
— In street running systems.
— Most recent projects.
— ‘built and in operation’ or ‘near to completion — 1 year to go to the planned start of the operation’ projects.
— Including all subsystems and supply of rolling stock as mentioned in the scope of work.
B) An assessment of whether the Applicants organization including third parties (if any) is suitable for carrying out the assignment put out to tender.
C) An assessment of the economic and financial capacity of the Applicant.
A tender fee will be paid to Tenderers submitting an original tender, which the Employer not are obliged to reject.
If an entity consist of several companies (e.g. a consortium), during the tendering procedure (i.e. at any point in time prior to contract award) requests for a change in the entity's composition; this can only take place subject to HL's prior written acceptance. A change in composition is for instance if one of the entity members leaves the entity, or if any entity members is substituted by another company.
When assessing whether to grant a change in composition, HL will consider the character and extent of the desired change. Among other, this consideration will place emphasis on whether the entity would have been prequalified, if the change in composition had been known prior to prequalification.
If an Applicant, who have relied on economic and financial capacity or technical capacity of a third party, wants to substitute or remove this third party during tendering procedure, this can only take place subject to HL's prior written acceptance.
When assessing whether to accept the change, HL will consider the character and extent of the desired change. Among other, this consideration will place emphasis on whether the entity would have been prequalified, if the substituting third party had been known had been known prior to prequalification or the removed third party had been known had been known prior to prequalification.
The tender documents will contain provisions dealing with changes as described above which takes place after contract award.

Questions (if any) from potential applicants will be answered and the answers uploaded to www.bascon.dk/da/udbud

HL may be obliged to reject an application if not all information required in section III.2 is submitted. The applicant alone has the risk of having the application rejected if the application does not include all required information in section III.2.
Regarding additional information in respect of other issues than selection criteria of tenderers, reference is made to the above mentioned infodocument.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerup Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 32591000
Internet address: www.klfu.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Complaints against not being prequalified shall be lodged to Klagenævnet for Udbud no later than 20 calendar days from the day after the day the contracting entity has sent a notification to the affected applicants. Complaints in respect of other issues than not being prequalified shall be lodged to Klagenævnet for Udbud no later than 45 calendar days after the award of contract has been published in TED.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
5.11.2015

Send til en kollega

0.062