1.
Buyer
1.1.
Buyer
Official name
:
DSB
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
2.
Procedure
2.1.
Procedure
Title
:
S-train spare parts and maintenance agreement
Description
:
DSB needs to enter into an agreement regarding spare parts and services connected to DSB's S-train fleet for the next 15 years. DSB is seeking a supplier to deliver • S-train OEM parts, including SIBAS and Traction Spare Parts • Repair services • Replacement Parts and Software (Re-engineered Parts and New Products) • Obsolescence management The full technical specifications for the above-mentioned services and parts can be found in Appendix 1. The full list of spare parts can be found in Appendix 2. Appendix 2 specifies which parts are required to be delivered as Spare parts (tab 1-3). Appendix 2 also specifies which parts are required to be repaired and/or re-engineered (tab 4-5), and which parts are required to be attempted repaired or re-engineered (tab 6) based on whether the Spare parts are expected to be partially or fully obsolete. Appendix 2 (tab 7) lists which services are to be offered, cf. Appendix 1, including repair, re-engineering and obsolescence management services. All remaining tender documents, including the full contract draft with appendixes and evaluation methods, will be made available after tenderes have confirmed interest. The contract will include clauses regarding • Quality assurance • Price regulation based on indexation, as well as extraordinary circumstances (hardship) if prices of materials and shipping increase drastically . • DSB’s Ethical Guidelines (Code of Conduct) • Railway Safety • 24 month warranty for all parts • Penalty for delays • Suppliers insurance for liability, covering no less than DKK 50 mill per occurance and in the annual aggregate. • DSB’s right to audit Siemens is the original equipment manufacturer (OEM) supplier of the Spare Parts listed in Appendix 2, including Traction & SIBAS parts for the S-trains. DSB has limited or no documentation of the OEM Traction & SIBAS parts and limited access and no rights to protocols and software in relation to the OEM, Traction & SIBAS parts. However, DSB will provide available access for inspection of both systems after prequalification. To avoid time-consuming and expensive safety processes the spare parts and components must be OEM or equivalent. The contract value for the entire duration of the contract, is estimated to be between DKK 125 mill. and DKK 175 mill.
Procedure identifier
:
70ba0caa-124b-4a7c-96fc-4c0f6914249b
Internal identifier
:
A-26506
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure
:
After receipt of confirmation of interest, the contracting entity will evaluate pre-qualification information and choose economic operators to invite to tender. After receipt of initial tenders, the contracting entity will conduct individual negotiation meetings with all tenderers who have submitted an initial tender within the deadline stated. The negotiations will be conducted in accordance with the principle of equal treatment, and all tenderers will be given the same amount of time for negotiations with the contracting entity. After the negotiations, the contracting entity may choose to issue revised tender documents for further initial or final tenders. The tenderers will be informed thereof at the same time with an invitation to submit an initial or final tender. The contracting entity reserves the right to award the agreement on the basis of the first initial tender. The contracting entity will not pay a participation fee to the tenderers who participate in the entire tender procedure and who submit a final, compliant tender.
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Additional nature of the contract
:
Services
Main classification
(
cpv
):
34631000
Parts of locomotives or rolling stock
Additional classification
(
cpv
):
34940000
Railway equipment,
50220000
Repair, maintenance and associated services related to railways and other equipment,
50221000
Repair and maintenance services of locomotives,
50222000
Repair and maintenance services of rolling stock
2.1.2.
Place of performance
Postal address
:
Depotvej 15
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Østsjælland
(
DK021
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
175 000 000,00
DKK
Maximum value of the framework agreement
:
250 000 000,00
DKK
2.1.4.
General information
Legal basis
:
Directive 2014/25/EU
The Utilities Directive (Directive 2014/25/EU)
-
The Utilities Directive (Directive 2014/25/EU) is implemented in Danish law by Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Min-isterial Order No. 1078 of 29 June 2022), which also contains supplementary provisions.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion
:
Notice
Corruption
:
See section 135(1), para (1) of the Danish Public Procurement Act.
Fraud
:
See section 135(1), para (3) of the Danish Public Procurement Act.
Money laundering or terrorist financing
:
See section 135(1), para (5) of the Danish Public Procurement Act.
Participation in a criminal organisation
:
See section 135(1), para (1) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities
:
See section 135(1), para (4) of the Danish Public Procurement Act.
Child labour and including other forms of trafficking in human beings
:
See section 135(1), para (6) of the Danish Public Procurement Act.
Grave professional misconduct
:
See section 136, para (4) of the Danish Public Procurement Act.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedure
:
See section 136, para (3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure
:
See section 136, para (1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure
:
See section 136, para (2) of the Danish Public Procurement Act.
Breaching obligation relating to payment of social security contributions
:
See section 135(3) of the Danish Public Procurement Act.
Breaching obligation relating to payment of taxes
:
See section 135(3) of the Danish Public Procurement Act.
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
S-train spare parts and maintenance agreement
Description
:
DSB needs to enter into an agreement regarding spare parts and services connected to DSB's S-train fleet for the next 15 years. DSB is seeking a supplier to deliver • S-train OEM parts, including SIBAS and Traction Spare Parts • Repair services • Replacement Parts and Software (Re-engineered Parts and New Products) • Obsolescence management The full technical specifications for the above-mentioned services and parts can be found in Appendix 1. The full list of spare parts can be found in Appendix 2. Appendix 2 specifies which parts are required to be delivered as Spare parts (tab 1-3). Appendix 2 also specifies which parts are required to be repaired and/or re-engineered (tab 4-5), and which parts are required to be attempted repaired or re-engineered (tab 6) based on whether the Spare parts are expected to be partially or fully obsolete. Appendix 2 (tab 7) lists which services are to be offered, cf. Appendix 1, including repair, re-engineering and obsolescence management services. All remaining tender documents, including the full contract draft with appendixes and evaluation methods, will be made available after tenderes have confirmed interest. The contract will include clauses regarding • Quality assurance • Price regulation based on indexation, as well as extraordinary circumstances (hardship) if prices of materials and shipping increase drastically . • DSB’s Ethical Guidelines (Code of Conduct) • Railway Safety • 24 month warranty for all parts • Penalty for delays • Suppliers insurance for liability, covering no less than DKK 50 mill per occurance and in the annual aggregate. • DSB’s right to audit Siemens is the original equipment manufacturer (OEM) supplier of the Spare Parts listed in Appendix 2, including Traction & SIBAS parts for the S-trains. DSB has limited or no documentation of the OEM Traction & SIBAS parts and limited access and no rights to protocols and software in relation to the OEM, Traction & SIBAS parts. However, DSB will provide available access for inspection of both systems after prequalification. To avoid time-consuming and expensive safety processes the spare parts and components must be OEM or equivalent. The contract value for the entire duration of the contract, is estimated to be between DKK 125 mill. and DKK 175 mill.
Internal identifier
:
A-26506
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Additional nature of the contract
:
Services
Main classification
(
cpv
):
34631000
Parts of locomotives or rolling stock
Additional classification
(
cpv
):
34940000
Railway equipment,
50220000
Repair, maintenance and associated services related to railways and other equipment,
50221000
Repair and maintenance services of locomotives,
50222000
Repair and maintenance services of rolling stock
5.1.2.
Place of performance
Postal address
:
Depotvej 15
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Østsjælland
(
DK021
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
15
Years
5.1.4.
Renewal
Maximum renewals
:
2
Other information about renewals
:
The estimated duration of the agreement put out for tender is inclusive of the extension options. 96 months constitutes the ordinary term of the agreement, while the remaining 84 months constitutes the extension period of the agreement. The agreement can be extended once by 48 months and once by 36 months.
5.1.5.
Value
Estimated value excluding VAT
:
175 000 000,00
DKK
Maximum value of the framework agreement
:
250 000 000,00
DKK
5.1.6.
General information
Reserved participation
:
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.9.
Selection criteria
Sources of selection criteria
:
Notice
Criterion
:
References on specified works
Description of selection criterion
:
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 SIBAS, traction and S-train OEM-parts “or equivalent”. The experience must be demonstrated by maximum 3 references all together.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing
:
3
Criterion
:
Average yearly turnover
Description of selection criterion
:
As a minimum requirement, a total annual turnover of at least DKK 125 million is required in the latest three annual reports/financial statements available. If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in the latestvthree latest annual reports/financial statements available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in the latest three latest annual reports/financial statements available.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Minimum score
:
125 000 000
Criterion
:
Other economic or financial requirements
Description of selection criterion
:
The tenderer must have a EBIT margin of minimum 5%. As a minimum requirement, an EBIT-margin is required of at least 5 % in the latest three annual reports/financial statements available. The EBIT-margin is calculated by subtracting operating expenses and the cost of goods sold from total revenue. If the tenderer relies on the capacities of other entities, the EBIT-margin is calculated as the total revenue of the tenderer and such other entities subtracted by their total operating expenses and cost of goods sold. For groups of operators (e.g., a consortium), the EBIT-margin is calculated as the total revenue of the tenderer and such other entities subtracted by their total operating expenses and cost of goods sold, calculated as a percentage.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion
:
Other economic or financial requirements
Description of selection criterion
:
As a minimum requirement, an equity ratio is required of at least 20 % in the latest three annual reports/financial statements available. The equity ratio is calculated as the operator’s total equity divided by the operator’s total assets, calculated as a percentage. The equity ratio is thus calculated as (total equity/total assets) x 100 = equity ratio. If the tenderer relies on the capacities of other entities, the equity ratio is calculated as the total equity of the tenderer and such other entities divided by their total assets, calculated as a percentage. For groups of operators (e.g., a consortium), the equity ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure
:
Minimum number of candidates to be invited for the second stage of the procedure
:
1
Maximum number of candidates to be invited for the second stage of the procedure
:
3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price
Description
:
Assesment of price will be based on the listed prices in Appendix 2 "Spare parts and Prices", including the price of Spare parts (tab 1-3), the price of repair and re-engineering of specific parts (tab 4-5), as well as the hourly rate for repair and re-engineering services (tab 7). Hourly rate for Obsolescence management, as well as repair and re-engineering prices for parts listed in Appendix 2 tab 6 are excluded from this criterium.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
70,00
Criterion
:
Type:
Quality
Name
:
Delivery time
Description
:
Quality will be assesed based on delivery time of OEM parts, including SIBAS and Traction Spare Parts. Repair services, Obsolescence management and development time of Replacement Parts and Software are excluded from this criterium.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
30,00
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of the procedure
:
Estimated date of dispatch of the invitations to submit tenders
:
17/04/2026
Terms of submission
:
Electronic submission
:
Required
Languages in which tenders or requests to participate may be submitted
:
English
Electronic catalogue
:
Not allowed
Deadline for receipt of expressions of interest
:
30/03/2026
10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
:
The execution of the contract must be performed within the framework of sheltered employment programmes
:
No
Electronic invoicing
:
Required
Electronic ordering will be used
:
yes
5.1.15.
Techniques
Framework agreement
:
Framework agreement, without reopening of competition
Justification for the duration of the framework agreement
:
The 15-year duration of the agreement is based on the purpose of the agreement, which is ensuring Spare Parts and maintenance of the danish S-train fleet for the entirety of its lifetime, cf. Directive 2014/25/EU art. 51, para. 1. This includes S-train OEM parts, including SIBAS and Traction parts, repair services, Replacement Parts and Software (Re-engineered Parts and New Products) and Obsolescence management for all 15 years. As the danish S-train fleet is nearing its end of lifetime, expecting to be phased out 2040, it is of utmost importance that DSB can keep the S-train fleet in operation, until the next generation of driverless S-trains take over.
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Information about review deadlines
:
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints of 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 section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement 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 if 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 and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement 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 complaint 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 sus-pensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure
:
DSB
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate
:
DSB
Organisation processing tenders
:
DSB
8.
Organisations
8.1.
ORG-0001
Official name
:
DSB
Registration number
:
25 05 00 53
Postal address
:
Telegade 2
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Østsjælland
(
DK021
)
Country
:
Denmark
Contact point
:
David Enache-Christensen
Telephone
:
+45 24685063
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Nordjylland
(
DK050
)
Country
:
Denmark
Telephone
:
+45 72405708
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Mercell Holding ASA
Registration number
:
980921565
Postal address
:
Askekroken 11
Town
:
Oslo
Postcode
:
0277
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
eSender
Telephone
:
+47 21018800
Fax
:
+47 21018801
Roles of this organisation
:
TED eSender
Notice identifier/version
:
90e8785e-2572-41bd-8091-545187978ca7
-
01
Form type
:
Competition
Notice type
:
Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice subtype
:
11
Notice dispatch date
:
24/02/2026
14:01:25 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)
:
24/02/2026
14:01:25 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
135397-2026
OJ S issue number
:
40/2026
Publication date
:
26/02/2026