23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 102-248431
Offentliggjort
28.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

DSB Vedligehold A/S

Vindere

DSB Purchase of Complete DD Air Spring Systems

(28.08.2019)
Astra Trading GmbH
Poststr. 3
20354 Hamburg

DSB Purchase of Complete DD Air Spring Systems


DSB Vedligehold A/S

Contract notice – utilities

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DSB Vedligehold A/S
32788742
Telegade 2
Taastrup
2630
Denmark
Contact person: Natalija Matic
Telephone: +45 24680359
E-mail: natmat@dsb.dk
NUTS code: DK

Internet address(es):

Main address: http://www.dsb.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=241612&B=DSB
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=241612&B=DSB
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

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

DSB Purchase of Complete DD Air Spring Systems

Reference number: NM 2019 DD Air Spring Systems
II.1.2) Main CPV code
34631000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DSB has chosen to purchase complete air spring systems for the DD fleet consisting of 184 bogies. In total, DSB needs to procure 368 Complete air spring systems; 196 complete air spring systems for DD1-2 bogies and 172 complete air spring systems for DD3 bogies. Originally DD1-DD2 have Phoenix SEK 680-10 secondary spring systems installed and DD3 has Phoenix SEK 680- 11 installed. DSB is tendering for one supplier that can deliver original ‘or equivalent’ air spring systems.

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)
34631000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

2630 Taastrup.

II.2.4) Description of the procurement:

DSB has chosen to purchase complete air spring systems for the DD fleet consisting of 184 bogies. In total, DSB needs to procure 368 complete air spring systems; 196 complete air spring systems for DD1-2 bogies and 172 complete air spring systems for DD3 bogies. Originally DD1-DD2 have Phoenix SEK 680-10 secondary spring systems installed and DD3 has Phoenix SEK 680- 11 installed. DSB is tendering for one supplier that can deliver original ‘or equivalent’ air spring systems.

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: 30
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

If DSB receives more than 5 applications for pre-qualification, the limitation of applicants invited to the tender will take place after an evaluation of which applicants have documented the most relevant references.

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

Originally DD1-DD2 bogies have Phoenix SEK 680-10 secondary spring systems installed and DD3 bogies have Phoenix SEK 680-11. DSB is tendering for one supplier that can deliver original ‘or equivalent’ air spring systems.

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:

1) Turnover;

2) EBIT margin;

3) Solvency ratio;

4) Insurance certificate.

Minimum level(s) of standards possibly required:

1) Average turnover of at least 2 000 000 EUR over the last 3 years;

2) Average Operating Profit Margin of 5 % over the last 3 years;

3) Average Solvency ratio of 20 % over the last 3 years;

4) Valid commercial and product liability insurance, each with an insurance sum of 3 300 000 EUR per claim and 6 600 000 EUR per year (annual aggregate).

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

1) References;

2) Drawings, including EN (Europe-an Norms) or equivalent description.

Minimum level(s) of standards possibly required:

The applicant shall provide drawings, for the components described in the Contract Notice Section II.2.4 and in detail described in Schedule 1b ‘or equivalent’ components, as documentation for equivalency with the original components. DSB must be able to compare the components physically to ensure that they are equivalent, so the drawings must be in good condition and with correct dimensions. The applicant shall be able to demonstrate that the required components are at their disposal and therefor DSB encourages the applicant to provide the drawings necessary and other information the applicant assesses as necessary to be able to document the requirements. If the applicant is held back by company policies regarding IPR rights, DSB must be able to inspect and assess the documentation together with the applicants offer and/or in connection with inspection meeting that will be held at DSB's workshops during at the site visit that will take place at DSB’ s facilities in week 29.

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

It is a requirement that the applicant is not covered by the exclusion ground as set out in Part III, Sections A,B and C of the ESPD. The applicant must confirm by answering Part III, Section A, B and C of the ESPD. The exclusion grounds apply not only to the applicant, but to all parties applying for pre-qualification, i.e. for consortiums the total group of economic operators. If the applicant relies on the technical, financial and/or economic capabilites of others, the relevant exclusion grounds apply for all entities on which the applicant relies.

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:

Financing conditions and payments will be stated in the procurement documents. Reference is furthermore made to the electronic invoicing required and the option of ordering electronically pursuant to (Consolidated) Act No 798 of 28.6.2007 about payment to public authorities, etc. as amended. The consolidated act is available (in Danish) at Hyperlink "http://www.retsinformation.dk"www.retsinformation.dk.

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

No legal requirements are imposed on the legal form. If the contract is awarded to an association of economic operators, e.g. a consortium, the participants must be liable directly and jointly and appoint one economic operator authorized to represent the association.

Consortium statement must be submitted together with the applicant's application for pre-qualification. If the applicant bases his/her ability on the financial and/or technical capacity of other entities, they must also be liable directly and jointly. Aid statement must be submitted together with the applicant's application for pre-qualification. Applicants are encouraged to use the templates for declaration uploaded in EU supply.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

DSB's code of conduct described in the Agreement.

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: 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: 25/06/2019
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:
Danish, 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)
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
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information:

Participation in the tendering procedure may only take place via the electronic tendering system used by DSB, see Section I.3). For access to the procurement documents, the candidate must be registered or register as a user. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. DSB would prefer that questions regarding pre-qualification are submitted within 31.5.2019. The candidate must as its application to participate in the tender submit an ESPD as preliminary documentation of the circumstances in Section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial order on procurement by entities operating in the water, energy, transport and postal services sectors (‘Ministerial Order’). The ESPD document is to be completed directly in the electronic tendering system. See the address set out in Section I.3). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. A group of operators shall besides the ESPD documents submit a signed consortium declaration declaring that each operator in the consortium is jointly and severally liable, directly and unconditionally, to the contracting entity for any obligation in relation to the consortium‘s tender. The candidate is encouraged to use the template for consortium declaration uploaded in the electronic tendering system. If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate/tenderer relies. The candidate must prove that the necessary resources from the supporting entities will be made available to the candidate. The supporting entity/entities shall undertake joint and several liability to the contracting entity for any obligation made in the declaration. The candidate is encouraged to use the template for support declaration uploaded in the electronic tendering system.

The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in ss.135 and 136 of the Danish Public Procurement Act, cf. s.10, para. (1) of ministerial order, unless the candidate has submitted sufficient documentation for its reliability cf. s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørelsen). Upon request from DSB the applicants shall provide documentation for their fulfillment of the circumstances set out in Section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of ministerial order after pre-qualification. The type of documentation depends of the documentation issued in the relevant country.

Before the decision to award the contract is made, the tenderer to whom DSB intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to Sections 151 and 152(3), cf. Section 11 of the Danish implementing order.

Interested operators are requested to keep updated via the electronic tendering system.

In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety. DSB may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application does not comply with the formal requirements of the tender documents.

The procurement is conducted subject to the achievement of the necessary funding basis.

DSB reserves the right to award the contract on the basis of the initial tender.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0

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

Complaints regarding pre-qualification must be submitted to the Danish Procurement Complaints Board (‘Klagenævnet for Udbud’) within 20 calendar days from the notice of the pre-qualification results (including the grounds for the result) has been given to the affected economic operators, cf. Section 2(1) and 7(1) of the Public Procurement Complaints Boards Act (Act No 593 of July 2016).

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

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

VI.5) Date of dispatch of this notice:
24/05/2019

Send til en kollega

0.078