Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Дании


Rolling stock (Дания - Тендер #43032332)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: DSB
Номер конкурса: 43032332
Дата публикации: 22-06-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023061920230726 13:00Utilities entityPeriodic indicative notice with call for competitionSuppliesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderRailway services01F0401
22/06/2023    S119

Denmark-Taastrup: Rolling stock

2023/S 119-374233

Periodic indicative notice – utilities

This notice is a call for competition

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: DSB
National registration number: 25 05 00 53
Postal address: Telegade 2
Town: Taastrup
NUTS code: DK0 Danmark
Postal code: 2630
Country: Denmark
Contact person: Søren Rose
E-mail: sros@dsb.dk
Telephone: +45 24683350
Internet address(es):
Main address: www.dsb.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=370467&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=370467&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:

Supply of spare parts, components, maintenance & repair services of Traction and SIBAS systems to DSB’s S-train

Reference number: Lifetime Extension of systems to S-train
II.1.2)Main CPV code
34620000 Rolling stock
II.1.3)Type of contract
Supplies
II.1.4)Short description:

DSB needs to extend the lifetime of DSB"s S-train until 2040, when the new S-train fleet is expected to be fully operational. DSB is seeking a supplier to keep the current Traction & SIBAS systems on the S-trains fully functional for the operational lifetime extension of the fleet. DSB expects several critical components and spare parts to be obsolete within a timeframe of 18 months (calculated from June 2023), hence the Supplier must warrant availability of needed components and spare parts from January 2025. DSB expects contract to be signed leaving time for a mobilization phase of around 10 months. Siemens is the original equipment manufacturer (OEM) supplier of the Traction & SIBAS systems to the S-trains. DSB has limited or no documentation of the Traction & SIBAS systems and limited access and no rights to protocols and software in relation to the Traction & SIBAS systems. However, DSB will provide available access for inspection of both systems after prequalification

II.1.5)Estimated total value
Value excluding VAT: 210 000 000.00 DKK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
50222000 Repair and maintenance services of rolling stock
II.2.3)Place of performance
NUTS code: DK0 Danmark
Main site or place of performance:

Copenhagen Area, Denmark

II.2.4)Description of the procurement:

To keep the Traction and the SIBAS systems fully functional for the operational lifetime extension of the S-train fleet, the Supplier shall deliver spare parts, components and upgrades of the Traction and the SIBAS systems and maintenance & repair services of components and of the two systems. As obsolescence of several critical components is expected to lead to supply shortage within a time frame of 18 months, the Supplier must expect reengineering and/or replacement supply of components within a very short time limit. In case of reengineering and/or replacement of components and/or spare parts, DSB requires, that the replaced components and/or spare parts can pass necessary homologation and/or safety approvals prior to installation. The Supplier will be obliged to deliver all information, documentation, technical supports, tests, certificates etc. necessary for the approvals etc. To avoid time consuming and expensive safety processes the spare parts and components must be OEM or equivalent.

DSB also requires: 1) The Supplier present preventive maintenance actions for optimal failure rates and maintenance cost for spare parts and components in the systems. 2) The Supplier shall perform maintenance service on spare parts and repairable components in due time for DSB not to run low in stock on these. 3) The Supplier shall maintain and repair components to an extent where the need for reengineering actions are kept at a minimum. 4) The Supplier shall make it possible for DSB to carry out required maintenance and/or upgrade work onboard the trainsets within the DSB planned maintenance operations and workshop times.

The S-train fleet was delivered from 1995 to 2006 and consists of SA,104 8-car trains and SE, 31 4-car trains. The oldest 8 8-car trains are slightly different to the rest.

About the SIBAS system: The SIBAS system (SIemens BahnAutomatisierungSystem) is employed for modulating and logic control functions in rolling stock. The CCU (Central Control Unit) is the main controller in the SIBAS system. Each train is equipped with two redundant CCU’s acting in a master/slave principle. The SIBAS system interfaces to other onboard systems and components onboard the train set partly via an RS485 bus system, locally positioned input/outputs (handled by redundant so called KLIP stations) mounted throughout the train set cars, an RS232 interface to the GSM-R radio and two RS232 interfaces to the ToDat system (=Train Data sent to the landside). One of the RS232 connections is also used as service interface. In addition, the CCU has a redundant RS485 interface used when coupling to other trains. The VDU (Visual Display Unit) integrates with the SIBAS system and the CCU via the RS485 bus system. The VDU is the main driver interface displaying data sent from the CCU and sending user input data to the CCU. Each train is equipped with two VDU’s. About the Traction system: Each litra SA train is equipped with two traction converters and each litra SE train is equipped with one traction converter. The TCU (Traction Control Unit) is the main controller in the traction converter. The TCU interfaces to the SIBAS CCU and to the brake control system. The power input to the traction system is the catenary line voltage of 1650 VDC nominal an operating range within 1000-1900 VDC and an overvoltage limit of 2340 V. The maximum input current is 830 A. The traction converter has a three-phase output in the range 0-1300 VAC and 0-530 A. Traction converter features include jerk control, slip/slide control, electrical braking power returned to the catenary line and in case this cannot absorb the power then sending it to the brake resistor, and brake blending with the frictional brake system. The tender comprises the SIBAS and the Traction system. The SIBAS system includes the CCU’s, the KLIP stations and the VDU’s.

Further specifications and information will follow and be issued only to those who have expressed an interest

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 65%
Price - Weighting: 35%
II.2.6)Estimated value
Value excluding VAT: 210 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 192
II.2.10)Information about variants
II.2.11)Information about options
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

Interested suppliers must express their interest before the time limit in IV.2.2 by informing DSB in writing, cf. 1.3). The contract will be awarded without publication of a further call for competition. No ESPD is to be fulfilled at this stage nor tender documents will be issued at this stage; these documents will follow and be issued only to those who have expressed an interest.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

Please notice, that the information about economic and financial standing is stated only to inform interested suppliers about the conditions for participation. No ESPD is to be fulfilled at this stage.

However, as a condition for participating, a candidate must fulfill the minimum levels required.

Minimum level(s) of standards possibly required:

A: As a minimum requirement, an average total annual turnover of at least DKK 100.000.000 calculated over the latest three (3) financial years available. For groups of candidates (e.g., a Consortium) turnover will be calculated as the combined total turnover of the candidates in the group in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities the turnover is calculated as the total combined turnover of the candidate and the supporting entities in each of the latest three (3) financial years.

B: As a minimum requirement, an average EBIT of at least DKK 5.0% calculated over the latest three (3) financial years available. For groups of candidates (e.g., a Consortium) EBIT is calculated as the combined EBIT of the candidates in the group in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities net income is calculated as the total combined EBIT of the candidate and the supporting entities in each of the latest three (3) financial years.

C: As a minimum requirement, a debt ratio of under 4 – calculated by dividing net (interest bearing) debt with EBITDA (net interest bearing debt/EBITDA) or an average solvency ratio of at least 20 % – calculated over the latest three (3) financial years, by dividing equity with total assets (equity/total assets*100). For groups of candidates (e.g., a Consortium) solvency ratio will be calculated as the combined equity of the candidates in the group divided by the combined total assets of the candidates in the group, in percent, in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities solvency ratio will be calculated as the combined equity of the candidate and supporting entities divided by the combined total assets of the candidate and supporting entities, in percent, in each of the latest three (3) financial years available.

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

Please notice, that the information about the technical and professional ability is stated only to inform interested Suppliers about the conditions for participation. No ESPD is to be fulfilled at this stage.

However, as a condition for participating, a candidate must demonstrate its experience with an assignment that contains delivering of spare parts, components, maintenance and repair services of components to Siemens traction & SIBAS systems “or equivalent” with a duration of at least 5 years.

The experience must be demonstrated by maximum 3 references all together.

Minimum level(s) of standards possibly required:

DSB requires, that the references – all together – as a minimum level document experience with an assignment that contains delivering of spare parts, components, maintenance and repair services of components to Siemens traction & SIBAS systems “or equivalent” with a duration of at least 5 years.

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

The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. Pursuant to the Danish Investment Screening Act, economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity.

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:

As DSB already expects several critical components and spare parts to be obsolete within a timeframe of 18 months (calculated from June 2023) and also in the years foreward, and because of the limited life extension of the current S-train, the duration of the framework agreement will have a longer duration due to extraordinay costs related to replacement and reenginering and the associated cost.

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.2.2)Time limit for the receipt of applications for an invitation to tender or to negotiate / Time limit for receipt of expressions of interest
Date: 26/07/2023
Local time: 13:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.5)Scheduled date for start of award procedures:
01/02/2024

Section VI: Complementary information

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Interested suppliers must express their interest before the time limit for the receipt of the expressions of interest in IV.2.2 by informing DSB in writing, cf. 1.3) with att. to Søren Rose, cf. 1.1). The contract will be awarded without publication of a further call for competition. If you have an interest in bidding for this opportunity, please make clear your intent by declaring an expression of interest indicating that you wish to be considered for this opportunity. No ESPD is to be fulfilled at this stage nor tender documents will be issued at this stage; these documents will follow and be issued only to those who have expressed an interest. There will be no further advertising of this opportunity beyond this periodic indicative notice.

Therefore the following information is only to inform interested suppliers about the conditions for participation. Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3.

Besides the requirements in III.1.2) and III.1.3) the candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out 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. However, no ESPD need to be fulfilled at this stage.

All communication in connection with the tender procedure, including questions and answers must take place through the electronic tendering system. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.

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 on procurement by entities operating in the water, energy, transport, and postal services sectors, unless the candidate has submitted sufficient documentation for its reliability in accordance with s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order (implementeringsbekendtgørelsen).

As regards sections II.1.5) and II.2.6), it should be noted that the estimated value is a estimation of the expected price for the entire term of the contract. The estimated value of the deliverables under the framework agreement is DKK 150 – 210 million. DSB"s estimate of the estimated value of the framework agreement is based on historical data and market/technical knowhow, and the span between the figures is primarily due to the uncertainty regarding the need for replacement and reengineering. The total maximum value of the deliverables to be delivered under the framework agreement is DKK 365 million.

The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. The estimated value thus reflects DSB"s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement.

This takes into account, partly, DSB"s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnetfor Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:1) 45 calendar days 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. The deadline is calculated from the day after the day when the notice was published..2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. 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, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act. VI.4.4)The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Board’s own complaints procedure is available at https://klfu.naevneneshus.dk

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
19/06/2023

Источник закупки

Перейти

Импорт - Экспорт по стране Дания

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru