23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 114-280854
Offentliggjort
17.06.2019
Udbudstype
Udbud efter forhandling

Udbyder

DSB

Opdateringer

Rettelse
(21.06.2019)

II.2.9)
Placing the text to be modified:Oplysning om begrænsningen af antallet af ansøgere, der vil blive opfordret til at afgive bud eller deltage
instead of:
— whether the references are of the same complexity as the tendered contract, i.e. the amount of objects in the systems. The more objects a reference covers, the higher the reference will be evaluated higher (ex. a reference with 5 local operation panels will be evaluated higher than a reference with 4 local operation panels).
Read:
— whether the references are of the same complexity as the tendered contract, i.e. the amount of objects in the systems and the level of safety integrity.

III.1.3)
Placing the text to be modified:Teknisk og faglig kapacitet
instead of:
Each reference must not exceed 4-A4 pages. If a description of a reference exceeds more than 4-A4 pages, DSB will only use the first 4-A4 pages of the reference.
Read:
Each reference must not exceed 3-A4 pages. If a description of a reference exceeds more than 3-A4 pages, DSB will only use the first 3-A4 pages of the reference.

Rettelse
(26.06.2019)

III.1.2)
Placing the text to be modified:Minimum level(s) of standards possibly required
instead of:
Field: Minimum level(s) of standards possibly required:
The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV, section B, which shall contain information concerning the financial ratios and average annual turnover described below (A-C).
(A) EBIT margin::It is a minimum requirement that the applicant is able to document an average EBIT margin of at least 5 % within the last 3 completed financial years.
The EBIT margin is calculated by dividing EBIT with turnover (EBIT/turnover x 100).
(B) Turnover: It is a minimum requirement that the applicant has had an average total annual turnover of at least 160 000 000,00 DKK in the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
(C) Solvency ratio: It is a minimum requirement that the applicant can document a solvency ratio of min. 20 % in average within the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
The solvency ratio is calculated as the company’s equity divided by the company’s total assets:
Equity at the end of the year x 100/Assets at the end of the year.
The following documentation of financial capacity must be presented upon re-quest from DSB, and such requests could be made at any point during the tender process and will be made before the final decision on which applicants will be prequalified to give tender.
The applicant’s annual accounts or excerpts thereof for the last 3 completed financial years before the submission of the application. To the extent that fewer than 3 annual accounts are available, the documentation must be supported by a statement from an auditor concerning the turnover, equity and solvency ratio of the company for the last 3 years or since the incorporation of the company, depending on when the company was incorporated.
In the event of a merger of companies (e.g. a consortium) the information must be submitted separately for each of the participating companies, however, in such a way that the abovementioned minimum requirements for the applicant (consortium) shall apply to the overall capacity of the consortium. In the event that the applicant relies on the economic and financial capacity of other companies, the information must be provided for the company/companies that have issued declarations of support.
A statement from the applicant’s auditor concerning the applicant’s solvency ratio in the last 3 completed financial years or in the period since the incorporation of the company, unless the solvency ratio can be found in the annual accounts or can be derived from the information in the annual accounts.
A declaration from an insurance company stating that the applicant can obtain an insurance certificate fulfilling the above coverage per claim.
Please note that the Applicant may prove its economic and financial standing by any other document, which DSB considers appropriate, if the applicant has valid reason for being unable to provide the documents requested by DSB.
The applicant is not obliged to submit the declarations if DSB can obtain the relevant accounting information directly through access to a national database.
However, in its application, the applicant must specify whether and how DSB can obtain knowledge about the necessary information via national databases through which it can directly access the required documentation.
Read:
Field: List and and brief description of selection criteria:
The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV, section B, which shall contain information concerning the financial ratios and average annual turnover described below (A-C).
(A) EBIT margin: It is a minimum requirement that the applicant is able to document an average EBIT margin of at least 5 % within the last 3 completed financial years.
The EBIT margin is calculated by dividing EBIT with turnover (EBIT/turnover x 100).
(B) Turnover: It is a minimum requirement that the applicant has had an average total annual turnover of at least 160 000 000,00 DKK in the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
(C) Solvency ratio: It is a minimum requirement that the applicant can document a solvency ratio of min. 20 % in average within the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
The solvency ratio is calculated as the company’s equity divided by the company’s total assets:
Equity at the end of the year x 100/Assets at the end of the year.
The following documentation of financial capacity must be presented upon re-quest from DSB, and such requests could be made at any point during the tender process and will be made before the final decision on which applicants will be prequalified to give tender.
The applicant’s annual accounts or excerpts thereof for the last 3 completed financial years before the submission of the application. To the extent that fewer than 3 annual accounts are available, the documentation must be supported by a statement from an auditor concerning the turnover, equity and solvency ratio of the company for the last 3 years or since the incorporation of the company, depending on when the company was incorporated.
In the event of a merger of companies (e.g. a consortium) the information must be submitted separately for each of the participating companies, however, in such a way that the abovementioned minimum requirements for the Applicant (consortium) shall apply to the overall capacity of the consortium. In the event that the applicant relies on the economic and financial capacity of other companies, the information must be provided for the company/companies that have issued declarations of support.
A statement from the applicant’s auditor concerning the applicant’s solvency ratio in the last 3 completed financial years or in the period since the incorporation of the company, unless the solvency ratio can be found in the annual accounts or can be derived from the information in the annual accounts.
A declaration from an insurance company stating that the applicant can obtain an insurance certificate fulfilling the above coverage per claim.
Please note that the applicant may prove its economic and financial standing by any other document, which DSB considers appropriate, if the applicant has valid reason for being unable to provide the documents requested by DSB.
The applicant is not obliged to submit the declarations if DSB can obtain the relevant accounting information directly through access to a national database.
However, in its application, the applicant must specify whether and how DSB can obtain knowledge about the necessary information via national databases through which it can directly access the required documentation.

III.1.3)
Placing the text to be modified:Minimum level(s) of standards possibly required
instead of:
Field: Minimum level(s) of standards possibly required:
In part IV, C of ESPD, the Applicant may provide up to a maximum of 5 references to contracts comparable to the contract that is out for tender, this includes contracts for route control systems, shunting yard systems and interlocking systems.
Each reference should address the following issues:
— the name of DSB, the name of the contact person, title, telephone number and e-mail address,
— the location of the established system,
— date for handover of the construction,
— a description of the systems functionality,
— the number of trains using the system on a daily basis,
— the number of routes being handled by the system on a daily basis.
Also containing the above information, the reference must also contain special information for the following systems:
Route control system:
The objects and the number per objects in the system, thereby meaning the following objects:
— driver panels,
— local operation panels,
— point,
— emergency operation panels,
— track detection systems,
— point position indications,
— supervisor terminals,
— number of different routes in the system, and
— safety integrity level.
Shunting yard system
The objects and the number per objects in the system, thereby meaning the following objects:
— signals,
— local operation panels,
— points,
— track detection systems,
— local position indicators,
— number of different routes in the system and safety integrity level.
Interlocking system
The objects and the number per objects in the system, thereby meaning the following objects:
— main signals,
— shunting signals,
— local operation panels,
— point,
— track detection systems,
— local position indicators,
— number of different routes in the system and safety integrity level.
It is a requirement that the references provided concern projects where hand over is completed.
For references regarding route control systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding shunting yard systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding interlocking systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 5 years prior to the deadline for submission of application for pre-qualification.
All references provided by the applicant should be listed in the ESPD of the applicant or lead of the consortium. The applicant may also provide the description of the references in a separate document, however, the ESPD of the applicant/lead of the consortium should contain a list of names of the references. DSB prefers if the list of references is given by using Reference sheet (A101716-125). The headlines of the references should be listed in the ESPD.
Each reference must not exceed 3-A4 pages. If a description of a reference exceeds more than 3-A4 pages, DSB will only use the first 3-A4 pages of the reference.
A reference can only be filled out with 1 system per reference (ex. if a reference regards an interlocking system, the tenderer shall only fill out the general information and the special information regarding the interlocking system).
The applicant may provide up to a maximum of 5 of the most relevant contracts in the list as DSB wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the most relevant references; cf. based on the first 5 references listed in part IV C of the ESPD.
Read:
Field: List and and brief description of selection criteria:
In part IV, C of ESPD, the applicant may provide up to a maximum of 5 references to contracts comparable to the contract that is out for tender, this includes contracts for route control systems, shunting yard systems and interlocking systems.
Each reference should address the following issues:
— the name of DSB, the name of the contact person, title, telephone number and e-mail address,
— the location of the established system,
— date for handover of the construction,
— a description of the systems functionality,
— the number of trains using the system on a daily basis,
— the number of routes being handled by the system on a daily basis.
Also containing the above information, the reference must also contain special information for the following systems:
Route control system:
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
— driver panels,
— local operation panels,
— point,
— emergency operation panels,
— track detection systems,
— point position indications,
— supervisor terminals,
— number of different routes in the system, and
— safety integrity level.
Shunting yard system
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
— signals,
— local operation panels,
— points,
— track detection systems,
— local position indicators,
— number of different routes in the system and the level of safety integrity.
Interlocking system
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
— main signals,
— shunting signals,
— local operation panels,
— point,
— track detection systems,
— local position indicators,
— number of different routes in the system and safety integrity level.
It is a requirement that the references provided concern projects where hand over is completed.
For references regarding route control systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding shunting yard systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding interlocking systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 5 years prior to the deadline for submission of application for pre-qualification.
All references provided by the applicant should be listed in the ESPD of the applicant or lead of the consortium. The applicant may also provide the description of the references in a separate document, however, the ESPD of the applicant/lead of the consortium should contain a list of names of the references. DSB prefers if the list of references is given by using Reference sheet (A101716-125). The headlines of the references should be listed in the ESPD.
Each reference must not exceed 3-A4 pages. If a description of a reference exceeds more than 3-A4 pages, DSB will only use the first 3-A4 pages of the reference.
A reference can only be filled out with 1 system per reference (ex. if a reference regards an interlocking system, the tenderer shall only fill out the general information and the special information regarding the interlocking system).
The applicant may provide up to a maximum of 5 of the most relevant contracts in the list as DSB wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the most relevant references; cf. based on the first 5 references listed in part IV C of the ESPD.


Additional information
Text changed in III.1.2 and III.1.3 from field ‘Minimum level(s) of standards possibly required’ to ‘List and and brief description of selection criteria’.

Rettelse
(09.07.2019)

III.1.2
instead of:
The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV, section B, which shall contain information concerning the financial ratios and average annual turnover described below (A-C).
A. EBIT margin::It is a minimum requirement that the applicant is able to document an average EBIT margin of at least 5 % within the last three completed financial years.
The EBIT margin is calculated by dividing EBIT with turnover (EBIT/turnover x 100).
B. Turnover: It is a minimum requirement that the applicant has had an average total annual turnover of at least 160 000 000,00 DKK in the last three completed financial years before submission of the application or in the period since the incorporation of the company.
C. Solvency ratio: It is a minimum requirement that the applicant can document a solvency ratio of min. 20 % in average within the last three completed financial years before submission of the application or in the period since the incorporation of the company.
The solvency ratio is calculated as the company’s equity divided by the company’s total assets:
Equity at the end of the year x 100 / Assets at the end of the year.
The following documentation of financial capacity must be presented upon re-quest from DSB, and such requests could be made at any point during the tender process and will be made before the final decision on which Applicants will be prequalified to give tender.
The applicant’s annual accounts or excerpts thereof for the last three completed financial years before the submission of the application. To the extent that fewer than three annual accounts are available, the documentation must be supported by a statement from an auditor concerning the turnover, equity and solvency ratio of the company for the last three years or since the incorporation of the company, depending on when the company was incorporated.
In the event of a merger of companies (e.g. a consortium) the information must be submitted separately for each of the participating companies, however, in such a way that the abovementioned minimum requirements for the Applicant (consortium) shall apply to the overall capacity of the consortium. In the event that the applicant relies on the economic and financial capacity of other companies, the information must be provided for the company/companies that have issued declarations of support.
A statement from the applicant’s auditor concerning the applicant’s solvency ratio in the last three completed financial years or in the period since the incorporation of the company, unless the solvency ratio can be found in the annual accounts or can be derived from the information in the annual accounts.
A declaration from an insurance company stating that the Applicant can obtain an insurance certificate fulfilling the above coverage per claim.
Please note that the Applicant may prove its economic and financial standing by any other document, which DSB considers appropriate, if the applicant has valid reason for being unable to provide the documents requested by DSB.
The applicant is not obliged to submit the declarations if DSB can obtain the relevant accounting information directly through access to a national database.
However, in its application, the applicant must specify whether and how DSB can obtain knowledge about the necessary information via national databases through which it can directly access the required documentation.
Read:
The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV, section B, which shall contain information concerning the financial ratios and average annual turnover described below (A-C).
A. EBITDA margin::It is a minimum requirement that the applicant is able to document an average EBITDA margin of at least 5 % within the last three completed financial years.
The EBITDA is calculated by dividing EBITDA margin with turnover (EBITDA/turnover x 100).
B. Turnover: It is a minimum requirement that the applicant has had an average total annual turnover of at least 120 000 000,00 DKK in the last three completed financial years before submission of the application or in the period since the incorporation of the company.
C. Solvency ratio: It is a minimum requirement that the applicant can document a solvency ratio of min. 20 % in average within the last three completed financial years before submission of the application or in the period since the incorporation of the company.
The solvency ratio is calculated as the company’s equity divided by the company’s total assets:
Equity at the end of the year x 100 / Assets at the end of the year.
The following documentation of financial capacity must be presented upon re-quest from DSB, and such requests could be made at any point during the tender process and will be made before the final decision on which Applicants will be prequalified to give tender.
The applicant’s annual accounts or excerpts thereof for the last three completed financial years before the submission of the application. To the extent that fewer than three annual accounts are available, the documentation must be supported by a statement from an auditor concerning the turnover, equity and solvency ratio of the company for the last three years or since the incorporation of the company, depending on when the company was incorporated.
In the event of a merger of companies (e.g. a consortium) the information must be submitted separately for each of the participating companies, however, in such a way that the abovementioned minimum requirements for the Applicant (consortium) shall apply to the overall capacity of the consortium. In the event that the applicant relies on the economic and financial capacity of other companies, the information must be provided for the company/companies that have issued declarations of support.
A statement from the applicant’s auditor concerning the applicant’s solvency ratio in the last three completed financial years or in the period since the incorporation of the company, unless the solvency ratio can be found in the annual accounts or can be derived from the information in the annual accounts.
A declaration from an insurance company stating that the Applicant can obtain an insurance certificate fulfilling the above coverage per claim.
Please note that the Applicant may prove its economic and financial standing by any other document, which DSB considers appropriate, if the applicant has valid reason for being unable to provide the documents requested by DSB.
The applicant is not obliged to submit the declarations if DSB can obtain the relevant accounting information directly through access to a national database.
However, in its application, the applicant must specify whether and how DSB can obtain knowledge about the necessary information via national databases through which it can directly access the required documentation.

III.1.3
instead of:
In part IV, C of ESPD, the Applicant may provide up to a maximum of 5 references to contracts comparable to the contract that is out for tender, this includes contracts for Route Control Systems, Shunting Yard Systems and Interlocking Systems.
Each reference should address the following issues:
› the name of DSB, the name of the contact person, title, telephone number and e-mail address.
› the location of the established system
› date for handover of the construction,
› a description of the systems functionality,
› the number of trains using the system on a daily basis,
› the number of routes being handled by the system on a daily basis,
Also containing the above information, the reference must also contain special information for the following systems:
Route Control System:
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Driver panels,
› Local operation panels,
› Point,
› Emergency operation panels,
› Track detection systems,
› Point position indications,
› Supervisor terminals,
› Number of different routes in the system and
› Safety integrity level.
Shunting Yard System
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Signals,
› Local operation panels,
› Points,
› Track detection systems,
› Local position indicators,
› Number of different routes in the system and the level of safety integrity.
Interlocking System
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Main signals,
› Shunting signals,
› Local operation panels,
› Point,
› Track detection systems,
› Local position indicators,
› Number of different routes in the system and safety integrity level.
It is a requirement that the references provided concern projects where hand over is completed.
For references regarding route control systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding shunting yard systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding interlocking systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 5 years prior to the deadline for submission of application for pre-qualification.
All references provided by the applicant should be listed in the ESPD of the applicant or lead of the consortium. The applicant may also provide the description of the references in a separate document, however, the ESPD of the applicant / lead of the consortium should contain a list of names of the references. DSB prefers if the list of references is given by using Reference sheet (A101716-125). The headlines of the references should be listed in the ESPD.
Each reference must not exceed 3-A4 pages. If a description of a reference exceeds more than 3-A4 pages, DSB will only use the first 3-A4 pages of the reference.
A reference can only be filled out with 1 system per reference (ex. if a reference regards an Interlocking System, the tenderer shall only fill out the general information and the special information regarding the Interlocking System).
The Applicant may provide up to a maximum of 5 of the most relevant contracts in the list as DSB wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the most relevant references; cf. based on the first 5 references listed in part IV C of the ESPD.
Read:
In part IV, C of ESPD, the Applicant may provide up to a maximum of 5 references to contracts comparable to the contract that is out for tender, this includes contracts for Route Control Systems, Shunting Yard Systems and Interlocking Systems.
Each reference should address the following issues:
› the name of the Client, the name of the contact person, title, telephone number and e-mail address.
› the location of the established system
› date for handover of the construction,
› a description of the systems functionality,
› the number of trains using the system on a daily basis,
› the number of routes being handled by the system on a daily basis,
Also containing the above information, the reference must also contain special information for the following systems:
Route Control System:
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Driver panels,
› Local operation panels,
› Point,
› Emergency operation panels,
› Track detection systems,
› Point position indications,
› Supervisor terminals,
› Number of different routes in the system and
› Safety integrity level.
Shunting Yard System
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Signals,
› Local operation panels,
› Points,
› Track detection systems,
› Local position indicators,
› Number of different routes in the system and the level of safety integrity.
Interlocking System
The objects and the number per objects in the system and level of safety integrity, thereby meaning the following objects:
› Main signals,
› Shunting signals,
› Local operation panels,
› Point,
› Track detection systems,
› Local position indicators,
› Number of different routes in the system and safety integrity level.
It is a requirement that the references provided concern projects where hand over is completed.
For references regarding route control systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding shunting yard systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.
For references regarding interlocking systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 5 years prior to the deadline for submission of application for pre-qualification.
All references provided by the applicant should be listed in the ESPD of the applicant or lead of the consortium. The applicant may also provide the description of the references in a separate document, however, the ESPD of the applicant / lead of the consortium should contain a list of names of the references. DSB prefers if the list of references is given by using Reference sheet (A101716-125). The headlines of the references should be listed in the ESPD.
Each reference must not exceed 3-A4 pages. If a description of a reference exceeds more than 3-A4 pages, DSB will only use the first 3-A4 pages of the reference.
A reference can only be filled out with 1 system per reference (ex. if a reference regards an Interlocking System, the tenderer shall only fill out the general information and the special information regarding the Interlocking System).
The Applicant may provide up to a maximum of 5 of the most relevant contracts in the list as DSB wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the most relevant references; cf. based on the first 5 references listed in part IV C of the ESPD.

IV.2.2
instead of:
Date: 16-07-2019
Time: 12:00
Read:
Date: 30-07-2019
Time: 12:00


Additional information
The following has been changed:
— III.1.2: EBIT changed to EBITDA,
— III.1.2: Average total annual turnover changed from 160 000 000,00 to 120 000 000,00 DKK,
— III.1.3: Changed from:"the name of DSB, the name of the contact person, title, telephone number and e-mail address" to "the name of the Client, the name of the contact person, title, telephone number and e-mail address."
— IV.2.2: Changed from 16.7.2019, 12:00 to 30.7.2019, 12:00.

Tender of Framework Agreement for Route Control Systems


DSB

Contract notice – utilities

Works

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DSB
25 05 00 53
Telegade 2
Taastrup
2630
Denmark
Contact person: Johan Ehrenreich
Telephone: +45 41763586
E-mail: JFEH@cowi.com
NUTS code: DK01

Internet address(es):

Main address: https://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=242951&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=242951&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:

Tender of Framework Agreement for Route Control Systems

Reference number: A101716
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description:

DSB (the Danish State Railways) are tendering for the design and construction works of a number of route control systems in Framework Agreement with one turnkey contractor. The systems are to be used in unsignalled areas, mainly in areas for depot stabling, but also in connection with workshop facilities. The Framework Agreement has a duration of 8 years and covers delivery of route control systems for various locations in Denmark.

II.1.5) Estimated total value
Value excluding VAT: 90 000 000.00 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)
34632000
34632200
34632300
II.2.3) Place of performance
NUTS code: DK0
NUTS code: DK
II.2.4) Description of the procurement:

DSB (the Danish State Railways) are tendering for the design and construction works of a number of route control systems in a Framework Agreement with one turnkey contractor. The systems are to be used in unsignalled areas, mainly in areas for depot stabling, but also in connection with workshop facilities. The Framework Agreement has a duration of 8 years and covers delivery of route control systems for various locations in Denmark.

The present Framework Agreement comprises the generic design, site specific engineering, delivery, installation and site-specific approval and commissioning of 3 types of route control systems:

— big workshop,

— medium workshop,

— small workshop.

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: 90 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
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: 3
Objective criteria for choosing the limited number of candidates:

In the event, that more than 3 companies applying for pre-qualification meet the minimum requirements for selection, the number of applicants invited to submit a tender will be restricted to the 3 most suitable applicants.

The most suitable applicants will be selected based on a comprehensive evaluation of the Applicant’s references including the execution of comparable contracts, cf. definition in General Terms Section 6.1.2 based on the descriptions in the list of comparable projects provided by the applicant in part IV, C of the ESPD, cf. Item 6.1.2 in the General terms and in the Reference Sheet.

The following will be taken into consideration when selecting the most relevant references:

— references regarding route control systems will be evaluated higher than references regarding shunting yard systems and interlocking systems,

— references regarding shunting yard systems will be evaluated higher than references regarding interlocking systems,

— whether the references are of the same complexity as the tendered contract, i.e. the amount of objects in the systems. The more objects a reference covers, the higher the reference will be evaluated higher (ex. a reference with 5 local operation panels will be evaluated higher than a reference with 4 local operation panels).

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

This tender contains the following options:

— maintenance of the route control systems for a period of 5 years after hand-over. Fault finding and maintenance of the route control systems for a period of 5 years after the period of guarantee,

— spare parts for big, medium or small route control systems.

This tender also contains the following voluntary option, which will not be part of the evaluation.

— remotely route setting at big, medium, small workshop and remote controller. The tender must describe the proposed solution in the tender and price the proposed solution.

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
Minimum level(s) of standards possibly required:

The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV, section B, which shall contain information concerning the financial ratios and average annual turnover described below (A-C).

A. EBIT margin: It is a minimum requirement that the applicant is able to document an average EBIT margin of at least 5 % within the last 3 completed financial years.

The EBIT margin is calculated by dividing EBIT with turnover (EBIT/turnover x 100).

B. Turnover: It is a minimum requirement that the applicant has had an average total annual turnover of at least 160 000 000,00 DKK in the last 3 completed financial years before submission of the application or in the period since the incorporation of the company;

C. Solvency ratio: It is a minimum requirement that the applicant can document a solvency ratio of min. 20 % in average within the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.

The solvency ratio is calculated as the company’s equity divided by the company’s total assets:

Equity at the end of the year x 100/Assets at the end of the year.

The following documentation of financial capacity must be presented upon re-quest from DSB, and such requests could be made at any point during the tender process and will be made before the final decision on which Applicants will be pre-qualified to give tender.

The applicant’s annual accounts or excerpts thereof for the last 3 completed financial years before the submission of the application. To the extent that fewer than 3 annual accounts are available, the documentation must be supported by a statement from an auditor concerning the turnover, equity and solvency ratio of the company for the last 3 years or since the incorporation of the company, depending on when the company was incorporated.

In the event of a merger of companies (e.g. a consortium) the information must be submitted separately for each of the participating companies, however, in such a way that the abovementioned minimum requirements for the applicant (consortium) shall apply to the overall capacity of the consortium. In the event that the applicant relies on the economic and financial capacity of other companies, the information must be provided for the company/companies that have issued declarations of support.

A statement from the applicant’s auditor concerning the applicant’s solvency ratio in the last 3 completed financial years or in the period since the incorporation of the company, unless the solvency ratio can be found in the annual accounts or can be derived from the information in the annual accounts.

A declaration from an insurance company stating that the applicant can obtain an insurance certificate fulfilling the above coverage per claim.

Please note that the applicant may prove its economic and financial standing by any other document, which DSB considers appropriate, if the applicant has valid reason for being unable to provide the documents requested by DSB.

The applicant is not obliged to submit the declarations if DSB can obtain the relevant accounting information directly through access to a national database.

However, in its application, the applicant must specify whether and how DSB can obtain knowledge about the necessary information via national databases through which it can directly access the required documentation.

III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required:

In part IV, C of ESPD, the Applicant may provide up to a maximum of 5 references to contracts comparable to the contract that is out for tender, this includes contracts for route control systems, shunting yard systems and interlocking systems.

Each reference should address the following issues:

— the name of DSB, the name of the contact person, title, telephone number and e-mail address,

— the location of the established system,

— date for handover of the construction,

— a description of the systems functionality,

— the number of trains using the system on a daily basis,

— the number of routes being handled by the system on a daily basis.

Also containing the above information, the reference must also contain special information for the following systems:

Route control system:

The objects and the number per objects in the system, thereby meaning the following objects:

— driver panels,

— local operation panels,

— point,

— emergency operation panels,

— track detection systems,

— point position indications,

— supervisor terminals,

— number of different routes in the system and

— safety integrity level,

— shunting yard system.

The objects and the number per objects in the system, thereby meaning the following objects:

— signals,

— local operation panels,

— points,

— track detection systems,

— local position indicators,

— number of different routes in the system and safety integrity level.

— interlocking system.

The objects and the number per objects in the system, thereby meaning the following objects:

— main signals,

— shunting signals,

— local operation panels,

— point,

— track detection systems,

— local position indicators,

— number of different routes in the system and safety integrity level.

It is a requirement that the references provided concern projects where hand over is completed.

For references regarding route control systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.

For references regarding shunting yard systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 10 years prior to the deadline for submission of application for pre-qualification.

For references regarding interlocking systems, DSB has chosen to allow for references where handover of the construction has taken place within the past 5 years prior to the deadline for submission of application for pre-qualification.

All references provided by the applicant should be listed in the ESPD of the applicant or lead of the consortium. The applicant may also provide the description of the references in a separate document, however, the ESPD of the applicant / lead of the consortium should contain a list of names of the references. DSB prefers if the list of references is given by using Reference sheet (A101716-125). The headlines of the references should be listed in the ESPD.

Each reference must not exceed 4-A4 pages. If a description of a reference exceeds more than 4-A4 pages, DSB will only use the first 4-A4 pages of the reference.

A reference can only be filled out with 1 system per reference (ex. if a reference regards an Interlocking System, the tenderer shall only fill out the general information and the special information regarding the interlocking system).

The Applicant may provide up to a maximum of 5 of the most relevant contracts in the list as DSB wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the most relevant references; cf. based on the first 5 references listed in part IV C of the ESPD.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The turnkey contractor is expected to provide a performance bond, please refer to the turnkey contract Section 8.

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.2.2) Contract performance conditions:

The turnkey contract is based on ABT 18.

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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/07/2019
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
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
VI.3) Additional information:

DSB reserves the right to add further information regarding the pre-qualification questionnaire.

The value of the contract is an estimated contract amount.

Tenders shall be binding for 6 months from the expiration of the date for submission of the BAFO.

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

In accordance with the act on the Complaint Board for Public Procurement, appeals regarding failure to become pre-qualified shall be submitted to the Complaint Board for Public Procurements within 20 calendar days, counting from the date after issue of notification to applicants regarding which applicants have been pre-qualified, cf. Section 2 (1) of the Act, if this notification includes a brief account of the relevant reasons for the decision. Other appeals must be submitted to the Complaint Board for Public Procurement within 45 calendar days after publication of announcements on a concluded contract in the Official Journal of the European Union.

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:
12/06/2019

Send til en kollega

0.094