23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 178-365367
Offentliggjort
16.09.2017
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
23.10.2017 Kl. 13:00

Udbyder

Odense Letbane P/S

Vindere

Valgt firma

(23.12.2018)
Keolis Danmark A/S
Naverland 20
2600 Glostrup

Opdateringer

Rettelse
(29.09.2017)

II.1.4
Placing the text to be modified:Short description:
instead of:
The Contractor shall be responsible for the Operation and the Maintenance of Odense Letbane. This includes the management of drivers and OCC staff as well as the Facility Management of the Transportation System and the Facility Management (cleaning and preparation activities) of the Rolling Stock. The proposed Odense Letbane line 1 is 14.34 km long, running from Tarup in the north of the city to Hjallelse in the south. Odense Letbane P/S will have 26 Stations. Initially the fleet of rolling stocks will consist of 16 trams and during weekdays the operational headway will be down to 7.5 minutes. The contract value for Line 1 is estimated to 130 000 000 EUR.
Line 2 of Odense Tramway is in the planning stages and is yet to be approved by the Odense City Council and to receive its legal powers under the ‘Construction Act’. If Line 2 is established the Contract will also cover this. The Contract value incl. Line 2 is estimated to 250 000 000 EUR.
Contract start is expected to be in 2018.
Read:
The Contractor shall be responsible for the Operation and the Maintenance of Odense Letbane. This includes the management of drivers and OCC staff as well as the Facility Management of the Transportation System and the Facility Management (cleaning and preparation activities) of the Rolling Stock. The proposed Odense Letbane line 1 is 14.34 km long, running from Tarup in the north of the city to Hjallelse in the south. Odense Letbane P/S will have 26 Stations. Initially the fleet of rolling stocks will consist of 16 trams and during weekdays the operational headway will be down to 7.5 minutes.
Line 2 of Odense Tramway is in the planning stages and is yet to be approved by the Odense City Council and to receive its legal powers under the ‘Construction Act’. If Line 2 is established the Contract will also cover this.
The total Contract value for line 1 and line 2 is estimated between 130 000 000 EUR and 250 000 000 EUR.
Contract start is expected to be in 2018.

Odense Letbane - Operation and Maintenance (O&M)


Odense Letbane P/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Odense Letbane P/S
03452000
Odeons Kvarter 18
Odense
5000
Denmark
Telephone: +45 63757473
E-mail: odenseletbanepmo@odense.dk
NUTS code: DK031

Internet address(es):

Main address: www.odenseletbane.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.rib-software.dk/udbudsportal
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Urban railway, tramway, trolleybus or bus services

Section II: Object

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

 

Odense Letbane — Operation and Maintenance (O&M).

 

II.1.2) Main CPV code
60210000
II.1.3) Type of contract
Services
II.1.4) Short description:

 

The Contractor shall be responsible for the Operation and the Maintenance of Odense Letbane. This includes the management of drivers and OCC staff as well as the Facility Management of the Transportation System and the Facility Management (cleaning and preparation activities) of the Rolling Stock. The proposed Odense Letbane line 1 is 14.34 km long, running from Tarup in the north of the city to Hjallelse in the south. Odense Letbane P/S will have 26 Stations. Initially the fleet of rolling stocks will consist of 16 trams and during weekdays the operational headway will be down to 7.5 minutes. The contract value for Line 1 is estimated to 130 000 000 EUR.

Line 2 of Odense Tramway is in the planning stages and is yet to be approved by the Odense City Council and to receive its legal powers under the ‘Construction Act’. If Line 2 is established the Contract will also cover this. The Contract value incl. Line 2 is estimated to 250 000 000 EUR.

Contract start is expected to be in 2018.

 

II.1.5) Estimated total value
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)
34621200
II.2.3) Place of performance
NUTS code: DK031
II.2.4) Description of the procurement:

 

Odense Letbane P/S hereby initiates a tender concerning Operation and Maintenance services (O&M) for Odense tramway. This procurement is undertaken using a negotiated procedure with prior call for competition pursuant to the EU Utilities Directive (Directive 2014/25/EU) of the European Parliament and of the Council of 16 February 2014 on procurement by entities operating in the water, energy, transport and postal services sectors and re-pealing Directive 2004/17/EC.

 

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
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: 5
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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 Applicants must include information on the Applicants' economic key figures for each of the last three financial years for which there are annual accounts as follows:

o Equity capital

o Turnover.

 

Minimum level(s) of standards possibly required:

 

The Applicants must as a minimum have an equity capital on 35 000 000 DKK based on the latest published annual report and as a minimum have a yearly turnover of 300 000 000 DKK calculated as an average over the latest 3 years.

There must be no risk worth mentioning that an Applicant due to economic or financial reasons will not be able to complete the task in a satisfactory way.

The minimum requirements are cumulative.

For Applicants that are consortia or rely on the capacities of other entities; see also section 5.6 and 5.7 in the ITT.

See also section VI.3 in this notice.

 

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

 

The Applicants must include information on the Applicants' technical and professional ability in the form of:

References for comparable assignments to the one put out for Tender performed within the last three (3) years based on the end date of such comparable assignments if they have ended. Each reference should contain:

— Holder/owner of reference

— Contracting parties

— Type of Operation (Tramway, Light Rail, Metro, Rail etc.)

— Type of contract structure (DBOM, DBFOM, O&M, O etc.) and if applicable type of maintenance (Rolling Stock, Infrastructure) and depth of involvement in maintenance.

— The duration in which the project was carried out (start and end date if ended). If the project is still ongoing, please insert the expected end date.

— A description of the nature of each project, including:

o The work performed by the reference holder/owner

o Vehicle km operated annually

o Number and type of rolling stock

o Type and Km of infrastructure maintained

o Organisational structure

— Client, including contact person and contact information. Odense Letbane reserves the right to contact the relevant client for verification if deemed necessary.

— The annual financial amount (value) of the contract

The description should follow the structure set out in the bullets.

The Client will only evaluate a maximum of 10 references per Applicant. Each company is therefore requested to choose the 10 most relevant references. If more than ten (10) references are stated, The Client will base its evaluation on the ten (10) first mentioned references.

Where the Applicant is a consortium or where the Applicant relies on the technical and professional abilities of other entities (e.g. parent company or subcontractor), the maximum of 10 (ten) references per Applicant includes references for all consortium members and entities relied on. See also section 5.6 and 5.7 in the ITT.

See also section VI.3 in this notice.

 

Minimum level(s) of standards possibly required:

 

The Applicant must present at least one reference from another tramway project. The Applicant must prove at least two years of experience of operating a tramway.

The Applicant must prove at least two years of experience of maintaining rolling stock (tramway, railway, metro or similar).

 

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

 

The selection will be based on the information that the Applicants have stated in the ESPD in order to establish that the minimum requirements regarding economic and financial stand and technical and professional ability are met. Please note that any ambiguities and/ or incomprehensibilities in the information submitted may be regarded negatively when selecting the limited number of Applicants.

The Client will limit the number of Applicants to five (5). The selection (limitation) of Applicants will be based on the following criteria listed in order of priority:

a) the relevance of the Applicants previous references for comparable assignments, in terms of the nature and size of the previous deliveries,

b) references which include both operations and infrastructure and/or rolling stock maintenance will be given priority,

c) the economic and financial standing of the Applicants, in terms of the equity capital and turnover.

See the ITT section 5.5.

 

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

 

Performance guarantee and third-party guarantee. See the Tender Documents for further information.

 

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

 

Will be stated in the tender documents.

 

III.1.8) 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.

 

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

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: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 081-143553
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/10/2017
Local time: 13:00
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
Duration in months: 12 (from the date stated for receipt of 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:

 

Each Aplicant is evaluated based on the information requested. Aplications must be submitted in the form of acompleted European Single Procurement Document (ESPD) in the XML file enclosed in the Tender Documents.The Applicants must confirm that they are not subject to any of the mandatory exclusion grounds set out in §§ 135 and 136 of the DPPA (Danish Public Procurement Act ), cf. § 10 of Executive Order No. 1624 of 15 December 2015. The Applicants must also confirm that they are not subject to any of the voluntary exclusion grounds set out in § 137 of the DPPA (Danish Public Procurement Act), cf. § 10 of Executive Order No. 1624 of 15 December 2015.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
E-mail: klfu@erst.dk

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

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

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.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jakobsens Vej 35
Valby
2500
Denmark
E-mail: kfst@kfst.dk

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

VI.5) Date of dispatch of this notice:
14/09/2017

Send til en kollega

0.063