23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 033-075501
Offentliggjort
15.02.2019
Udbudstype
Resultat

Udbyder

Banedanmark

Onboard ERTMS Systems for Vehicles Operating on Main and Regional Lines (Fjernbane) in Denmark


Banedanmark

Modification notice

Modification of a contract/concession during its term

Legal Basis:

Directive 2014/25/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Banedanmark
Carsten Niebuhrs Gade 43
København V
1577
Denmark
Contact person: Rasmus Shermer
E-mail: rash@bane.dk
NUTS code: DK011

Internet address(es):

Main address: www.bane.dk

Section II: Object

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

Onboard ERTMS Systems for Vehicles Operating on Main and Regional Lines (Fjernbane) in Denmark

II.1.2) Main CPV code
34632200
II.1.3) Type of contract
Supplies
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
34632000
34632300
34943000
48140000
72212140
45316200
45234115
50221000
50222000
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement at the time of conclusion of the contract:

In January 2009 the Danish Parliament decided to fund a 18 000 000 000 DKK replacement programme of renewing all Danish railway signaling by the end of 2021 – both on the mainlines and regional lines (Fjernbane) and on the Copenhagen S-bane (S-bane).

This notice regards the Fjernbane onboard ERTMS equipment, which was subject to a call for competition (2010/S 39-057712). The Framework Agreement was signed with the consortium Alstom Danmark A/S and Alstom Belgium S.A (Hereinafter Alstom).

The Signaling Programme consists of 4 main contracts of which one covers the S-banen and 3 covers the F-banen (Fjernbanen), 2 for the infrastructure work (divided in an east and west lot) and one for the onboard work (the Contract covered by this notice).

The Contract concerns the design, installation and maintenance of onboard signaling equipment based on ERTMS on a number of classes of rolling stock as further described in Contract Notice 2010/S 39-057712 and in the tender material.

During the term of the contract a number of issues have arisen, primarily the Contract has been delayed, which means Banedanmark and Alstom has had to change some of the provisions of the Contract in order to allow for the work to be completed. In addition, the Parties have had contractual disagreements and have conducted negotiations on the events that have occurred in the project and the effects hereof. The parties have agreed to settle the contractual disagreements in order to focus on a timely and correct execution of the contract for the benefit of the passengers and the railway operators. The parties have agreed on a new time schedule for the fitment of the Danish rolling stock with ERTMS. The new schedule is within the deadlines for fitment of rolling stock as laid out the Banedanmark’s Anlægsplan (https://www.bane.dk/da/Borger/Publikationer/Anlaegsplan). As part of the changes the Parties have settled a number of contractual claims and change requests raised by both sides, including claims for delay. Banedanmarks claims for delay has been settled at an amount of 16 250 000 EUR. Alstom has agreed to accept an overall increase in the financial exposure of Alstom of 5 000 000 EUR in order to incentivize Alstom further to comply with the new schedule. Banedanmarks claims for extra time out of service for rolling stock has been settled at an amount of 1 000 000 EUR, and going forward Alstom shall reimburse Banedanmark for actual cost incurred for extra time out of service. Banedanmark has agreed to settle a number of change requests related to claims from Alstom for lack of information on specific classes of rolling stock in the original tender and has increased the payment with 17 500 000 EUR under the contract for these issues according to the provisions on changes in the contract. The parties have agreed that Alstom shall deliver a new software release (based on SRS 3.4.0) for an amount of 4 500 000 EUR and, free of charge, correct any anomalies identified until a certain date. Finally, the parties has agreed on a bonus scheme, which under specific criteria shall allow Alstom to earn bonusses based on the progress of the fitment of the rolling stock. The total value of the bonus scheme is potentially 12 500 000 EUR. The bonus scheme is tied to milestones which are important to the overall progress of the Signaling Programme to further incentivize Alstom.

The contract has originally been drafted to allow for flexibility to a large extent, as this contract covers the task to install ERTMS in an aging fleet over a long period of time. The changes have been based on using the flexibility already allowed for in the Contract, but in some cases it has been necessary to perform actual changes of the Contract as certain circumstances could not be handled under the provisions of the Contract, e.g. the bonus scheme and the increased financial exposure of Alstom.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 01/07/2011
End: 31/12/2021
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

The Project receives financial support from the Connecting Europe Facility programme (CEF). CEF supports the development of the Trans-European Transport Networks (TEN-T). The Project addresses the priority European Rail Traffic Management Systems (ERTMS).

Section IV: Procedure

IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in the OJ S: 2019/S 015-032551

Section V: Award of contract/concession

Contract No: 1
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:
17/01/2019
V.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor/concessionaire
Alstom Transport Danmark A/S
Amerikas Plads 19
København Ø
2100
Denmark
NUTS code: DK011
The contractor/concessionaire is an SME: no
V.2.3) Name and address of the contractor/concessionaire
Alstom Belgium S.A.
Rue Cambier Dupret 50-52
Charleroi
6001
Belgium
NUTS code: BE322
The contractor/concessionaire is an SME: no
V.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: 34 500 000.00 EUR

Section VI: Complementary information

VI.3) Additional information:

It should be noted, that the contract has been subject to prior publications including the notice listed in section IV.2.1 and 2010/S 039-057712.

This notice is regarding the changes in the terms of the contract stated above which Banedanmark considers to be within the scope of the Contract Notice, cf. the description in section VII.

The price stated in sections V.2.4) and VII.1.6) is the total amount of the expected costs related to the modifications described this notice.

VI.4) Procedures for review
VI.4.1) Review body
The Complaints Board for Public Procurement (Klagenævnet for Udbud)
Nævnenes hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud

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

According 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), complaints can be lodged with the Complaints Board for Public Procurement. The following deadline applies to the lodging of complaints:

Complaints must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 30 calendar days, see section 7(3) of the Act, from the day 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 if the notice includes an explanation of the grounds for the decision.

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 standstill period.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s complaints procedure is available at www. erhvervsstyrelsen.dk

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
11/02/2019

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
34632200
VII.1.2) Additional CPV code(s)
34632000
34632300
34943000
48140000
72212140
45316200
45234115
50221000
50222000
VII.1.3) Place of performance
NUTS code: DK0
VII.1.4) Description of the procurement:

The contract concerns the design, installation and maintenance of onboard signaling equipment based on ERTMS on a number of classes of rolling stock as further described in section II, Contract Notice 2010/S 39-057712 and in the tender material.

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start: 01/07/2011
End: 31/03/2026
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 34 500 000.00 EUR
VII.1.7) Name and address of the contractor/concessionaire
Alstom Transport Danmark A/S
Amerikas Plads 19
København Ø
2100
Denmark
NUTS code: DK011
The contractor/concessionaire is an SME: no
VII.1.7) Name and address of the contractor/concessionaire
Alstom Belgium S.A.
Rue Cambier Dupret 50-52
Charleroi
6001
Belgium
NUTS code: BE322
The contractor/concessionaire is an SME: no
VII.2) Information about modifications
VII.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):

As stated the contract were subject to a call for competition. See section II.2.4) for a description of the modifications.

Banedanmark does not consider the changed provisions to constitute a substantial change. Banedanmark bases this on several factors but most notably (not in order of importance):

1) The changes to the provisions of the contract would not have allowed other participants in the tender procedure had they been included originally;

2) The changes to the provisions of the contract would not have affected the outcome of the tender procedure had they been included originally;

3) The changes of the provisions of the contract do not shift the economic balance of the contract in favor of Alstom in a way which was not provided for in the contract (Banedanmark considers the changes to the contract to be neutral) and

4) The changes of the provisions of the contract do not expand or extend the scope of the Contract. Based on this Banedanmark does not consider the change to be substantial, cf. Article 89, paragraph 1, litra e) and paragraph 4 of the Utilities Directive (2014/25).

VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

In continuation of section VII.2.1) the contract allows the flexibility which was considered needed at the time of tender. Certain circumstances have changed in a way which was not and could not have been foreseen, and Banedanmark does thus also not consider this to be a substantial change, as:

(a) the changed circumstances could not have been foreseen and

(b) the changed provisions of the contract do not modify the overall nature of the contract. Based on this Banedanmark considers that the change is also allowed under Article 89 paragraph 1, litra c) of the Utilities Directive (2014/25). Furthermore Banedanmark considers that the change is also allowed under Article 89 paragraph 1, litra b) of the Utilities Directive (2014/25). A separate notice regarding Article 89 paragraph 1, litra b) has been published.

VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 757 000 000.00 DKK
Total contract value after the modifications
Value excluding VAT: 1 015 750 000.00 DKK

Send til en kollega

0.063