23948sdkhjf

Fakta om udbudet

EU-nr
2022/S 130-371784
Offentliggjort
08.07.2022
Udbudstype
Annullering

Udbyder

Lokaltog A/S

Framework agreement regarding production and delivery of turnouts with sleepers


Lokaltog A/S

Contract award notice – utilities

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Lokaltog A/S
National registration number: 26 15 90 40
Postal address: Jættevej 50
Town: Ringsted
NUTS code: DK02 Sjælland
Postal code: 4100
Country: Denmark
Contact person: Eva Stub Munch
E-mail: eva.stub.munch@cloverleaf.dk
Telephone: +45 40613800
Internet address(es):
Main address: https://www.lokaltog.dk/
I.1) Name and addresses
Official name: Infrastrukturselskabet Lj A/S
National registration number: 31761670
Postal address: Jættevej 50
Town: Ringsted
NUTS code: DK02 Sjælland
Postal code: 4100
Country: Denmark
E-mail: eva.stub.munch@cloverleaf.dk
Internet address(es):
Main address: https://www.lokaltog.dk/
I.1) Name and addresses
Official name: Hovedstadens Lokalbaner A/S
National registration number: 26125146
Postal address: Nordre Jernbanevej 31
Town: Hillerød
NUTS code: DK01 Hovedstaden
Postal code: 3400
Country: Denmark
E-mail: eva.stub.munch@cloverleaf.dk
Internet address(es):
Main address: https://www.lokaltog.dk/
I.2) Information about joint procurement
The contract involves joint procurement
I.6) Main activity
Railway services

Section II: Object

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

Framework agreement regarding production and delivery of turnouts with sleepers

II.1.2) Main CPV code
34000000 Transport equipment and auxiliary products to transportation
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The tender relates to a framework agreement (the “Agreement”), ref. Utilities Directive Article 47, covering production and delivery of complete turnouts including sleepers, parts of turnouts for ongoing maintenance, as well as related accessories/services/components covering insulating adhesive shocks, track drives (cradles) and fastening spare parts, cf. Appendix 1 (Requirements specification) and Appendix 4 (TBL). Lokaltog will make its own matrices (forms) for turnout sleepers available for the Supplier to use for the casting of sleepers but shall have the option to order additional matrices (forms) for turnout sleepers as well. The tenderers are asked to price the delivery of turnouts as prefabricated and delivered to Lokaltog in three parts (“Delivery method A”) but will also have the option of pricing an optional delivery method (“Delivery Method B”). The Agreement covers both Lokaltog's projects as well as general operation and maintenance.

II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
34941000 Rails and accessories
34941800 Railway points
34947200 Parts of sleepers
34947100 Sleepers
34947000 Sleepers and parts of sleepers
34946220 Switch blades, crossing frogs, point rods and crossing pieces
34946230 Rail clips, bedplates and ties
34946231 Rail clips
34946232 Bedplates and ties
34946222 Crossing frogs
34946224 Crossing pieces
II.2.3) Place of performance
NUTS code: DK02 Sjælland
Main site or place of performance:

Lokaltogs locations on Sjælland (Sealand).

II.2.4) Description of the procurement:

The tender relates to a framework agreement (the “Agreement”), ref. Utilities Directive Article 47, covering production and delivery of complete turnouts including sleepers, parts of turnouts for ongoing maintenance, as well as related accessories/services/components covering insulating adhesive shocks, track drives (cradles) and fastening spare parts, cf. Appendix 1 (Requirements specification) and Appendix 4 (TBL). Lokaltog will make its own matrices (forms) for turnout sleepers available for the Supplier to use for the casting of sleepers but shall have the option to order additional matrices (forms) for turnout sleepers as well. The tenderers are asked to price the delivery of turnouts as prefabricated and delivered to Lokaltog in three parts (“Delivery method A”) but will also have the option of pricing an optional delivery method (“Delivery Method B”).

The Agreement covers both Lokaltog's projects as well as general operation and maintenance.

The Supplier will be informed if turnouts and / or related accessories/services/components are included as client-supplied material deliveries in projects, in which case Lokaltog is extremely dependent on deliveries being delivered on time.

// Price regulation //

Please notice that prices for goods and services under this Agreement are regulated at the time of the purchase order (and thus not with a periodic interval which is often the practice). This initiative is made in order to accommodate a realistic price adjustment in the current market situation. Furthermore, the price of delivery and the unit prices for turnouts and related goods/components are regulated separately.

// English versions //

Please notice the contracting authority has made some tender documents available in English language versions, including the Tender Conditions, the Framework Agreement and the Requirement Specification for Turnouts (not Turnout Sleepers). Apart from the Tender conditions (which is only in English) only the Danish version are valid and the English versions for guidance only.

// Contract quantity and value //

Throughout its duration, the agreement has an estimated framework of 116 complete turnouts with sleepers and associated accessories / services / components corresponding to DKK 8.9 million. DKK, as stated in appendix 4 (TBL) and appendix 1 .C (Forecast for Lokaltog projects 2023 + 2024 + 2025).

The Agreement contains an option to increase the quantities/value of the Agreement by 20%, ie. corresponding to 23 switches and associated accessories / service / components corresponding to 1.8 mill. DKK.

The agreement's total maximum quantity of purchases for the entire agreement period as calculated in quantities/value thus amounts to a total of 139 switches as well as associated accessories / service / components corresponding to DKK 10.6 million. DKK. This includes the option to increase the quantity/value of the agreement.

At the time of the tender the estimated value of the agreement is DKK 95.9 million DKK excl. VAT incl. options (based on 116 switches estimated at a value of DKK 750,000 per piece and associated accessories / services / components to an estimated total value of DKK 8.6 million), but the actual value may increase or decrease over the term of the Agreement depending on the price development, as the total maximum purchases for the entire agreement period is calculated in quantities as stated above.

The quantities stated in the pricelist list are based on an estimate of the expected future consumption. The value / quantities are thus indicative, and the Supplier is not guaranteed any minimum turnover, or that the orders from Lokaltog are distributed as specified in the offer list (Appendix 4). Unless the Parties agree otherwise, the Agreement terminates when the framework is reached (if this time precedes the time mentioned in the Agreement section 16).

II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.11) Information about options
Options: yes
Description of options:

The Agreement may be extended by two (2) times two (2) years with a notice of at least six (6) months. The duration of the Agreement is thus a maximum of 96 months from the time the Agreement is signed by Lokaltog, including the options to extend the duration of the Agreement. The Agreement contains an option to increase the quantities/value of the Agreement by 20%.

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

The Agreement has not been subdivided into lots as it has not been deemed commercially attractive as it is important for the project to achieve the necessary synergy with one supplier regarding technical material and processes. Managing more suppliers as well as sharing knowledge and managing interfaces between these is likely to increase project cost and timeframe.

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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2022/S 099-275324
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a periodic indicative notice

Section V: Award of contract

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information:

CANCELLATION: The tender is cancelled due to lack of competition.

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 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Act on the Complaints Board for Tenders, the following deadlines apply for the submission of a complaint:

Complaints about not having been pre-qualified must be submitted to the Complaints Board for Tenders before 20 calendar days from the day following the sending of a notification to the applicants concerned as to who has become selected, cf. the Public Procurement Act, section 171, subsection 2, or the Appeals Board Act § 2, para. 1, no. 1, when the notification is accompanied by a justification for the decision.

In other situations, a complaint about a tender must be submitted to the Complaints Board for Tenders before:

1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union;

that the contracting authority has entered into a contract. The deadline is calculated from the day after the day on which the executive order has been published.

2) 30 calendar days from the day following the day on which the contracting authority notifies the tenderers concerned that a contract based on a framework agreement reopening the competition or a dynamic purchasing system has been concluded, if the notification has stated a reason for the decision.

3) six months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers, cf. section 2 (1) of the Act. 2, or the Public Procurement Act § 171, para. 4.

4) 20 calendar days calculated from the day after the contracting authority has announced its decision, cf. section 185 of the Public Procurement Act,

PCS. 2.

At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period, cf. 4. In cases where the complaint has not been lodged during the standstill period,

the complainant also state whether a suspensive effect of the complaint is requested, cf. the Complaints Board Act, section 12, subsection. 1.

The Complaints Board for the E-mail Address of the Tender is specified in section VI.4.1).

The Complaints Guide from the Complaints Board for Tenders can be found on the Complaints Board's website.

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: www.kfst.dk
VI.5) Date of dispatch of this notice:
04/07/2022

Send til en kollega

0.109