Fakta om udbudet
EU-nr
2018/S 061-136237
Offentliggjort
Udbudstype
Udbud efter forhandling
Public transport services by railways
Contract award notice – utilities
Section I: Contracting entity
I.1)
Name, addresses and contact point(s)
Hovedstadens Letbane I/S
Metrovej 5
2300 Copenhagen S
Denmark
E-mail: HLprocurement@m.dk
Internet address(es):
General address of the contracting entity: www.dinletbane.dk
I.2)
Main activity
Urban railway, tramway, trolleybus or bus services
I.3)
Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)
Description
II.1.1)
Title attributed to the contract
Letbane på Ring 3 (Light Rail on Ring 3) — Operation and Maintenance.
II.1.2)
Type of contract and location of works, place of delivery or of performance
Services
Service category No 18: Rail transport services
Main site or location of works, place of delivery or of performance: Along the road Ring 3.
Service category No 18: Rail transport services
Main site or location of works, place of delivery or of performance: Along the road Ring 3.
NUTS code DK012
II.1.3)
Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)
Short description of the contract or purchase(s):
The Danish Government, The Capital Region of Denmark and 11 municipalities (Lyngby-Taarbæk, Gladsaxe,Herlev, Rødovre, Glostrup, Albertslund, Brøndby, Høje-Taastrup, Hvidovre, Vallensbæk, Ishøj) have agreed to construct a Light Rail on Ring 3 and formed the partnership “Hovedstadens Letbane”.
Formally “Ring 3 Letbane I/S” will be the contracting entity. After a construction law is passed in the Parliament the name will be changed to Hovedstadens Letbane (HL).
The project:
The “Letbane på Ring 3” will have 28 stations on a 28 kilometre double track from Lundtofte in the North to Ishøjin the South.
Frequent services at 5 minute intervals on weekdays make the light rail an attractive public transport solution.
The light rail is expected to carry 13 000 000 — 14 000 000 passengers a year. The number may increase to 17 000 000 — 18 000 000, as the area along the line gradually develops.
Contract structure:
The contract structure will be:
A. 5 contracts for Civil Works including roads, bridges and other complex structures.
B. 1 contract for Transportation System (TS) including Stations, Substations. The TS contractor will be subcontractor to the O and M contractor for part of the maintenance.
C. 1 contract for Operation and Maintenance (O and M). The TS contractor will be subcontractor for part of the maintenance.
The present contract notice comprises the Operation and Maintenance contract.
Scope of services in the O and M contract:
The service includes operation and maintenance of Light Rail assets on Ring 3 for 15 years. The contract isnot a concession contract. The Contracting entity puts the necessary rolling stock and the complete system at disposal of the contractor.
Light Rail on Ring 3 is planned to run with headway up to 5 minutes.
Trains depart with such short intervals that timetables are not necessary for the passengers. The passengers are only informed of the time interval between the trains. The average travel speed including stops is approximately 30 km/h. The service is managed from the Control and Maintenance Centre (CMC) which includes workshops, washing machine facilities, operation control facilities and offices.
The Contractor for Operation and Maintenance (O and M) will be responsible for the daily operation of the lightrail system and be the point of contact to the employer, authorities, police, etc. in relation to the light rail operation.
This will include taking the role as Betriebsleiter in accordance with BOStrab from an early stage of the design and build phase. Furthermore the O and M contractor will be responsible for the provision of an organisation including trained drivers and other staff required to provide the service.
The O and M contractor will be obliged to include the TS Contractor as a nominated subcontractor for some part of the maintenance of the TS equipment for a period of 15 years after start of commercial operation. The part assigned to the TS Contractor will be detailed in the tender documents.
The O and M contractor shall provide all ancillary equipment and road vehicles required to provide the service.
Formally “Ring 3 Letbane I/S” will be the contracting entity. After a construction law is passed in the Parliament the name will be changed to Hovedstadens Letbane (HL).
The project:
The “Letbane på Ring 3” will have 28 stations on a 28 kilometre double track from Lundtofte in the North to Ishøjin the South.
Frequent services at 5 minute intervals on weekdays make the light rail an attractive public transport solution.
The light rail is expected to carry 13 000 000 — 14 000 000 passengers a year. The number may increase to 17 000 000 — 18 000 000, as the area along the line gradually develops.
Contract structure:
The contract structure will be:
A. 5 contracts for Civil Works including roads, bridges and other complex structures.
B. 1 contract for Transportation System (TS) including Stations, Substations. The TS contractor will be subcontractor to the O and M contractor for part of the maintenance.
C. 1 contract for Operation and Maintenance (O and M). The TS contractor will be subcontractor for part of the maintenance.
The present contract notice comprises the Operation and Maintenance contract.
Scope of services in the O and M contract:
The service includes operation and maintenance of Light Rail assets on Ring 3 for 15 years. The contract isnot a concession contract. The Contracting entity puts the necessary rolling stock and the complete system at disposal of the contractor.
Light Rail on Ring 3 is planned to run with headway up to 5 minutes.
Trains depart with such short intervals that timetables are not necessary for the passengers. The passengers are only informed of the time interval between the trains. The average travel speed including stops is approximately 30 km/h. The service is managed from the Control and Maintenance Centre (CMC) which includes workshops, washing machine facilities, operation control facilities and offices.
The Contractor for Operation and Maintenance (O and M) will be responsible for the daily operation of the lightrail system and be the point of contact to the employer, authorities, police, etc. in relation to the light rail operation.
This will include taking the role as Betriebsleiter in accordance with BOStrab from an early stage of the design and build phase. Furthermore the O and M contractor will be responsible for the provision of an organisation including trained drivers and other staff required to provide the service.
The O and M contractor will be obliged to include the TS Contractor as a nominated subcontractor for some part of the maintenance of the TS equipment for a period of 15 years after start of commercial operation. The part assigned to the TS Contractor will be detailed in the tender documents.
The O and M contractor shall provide all ancillary equipment and road vehicles required to provide the service.
II.1.5)
Common procurement vocabulary (CPV)
60210000, 34621200
II.1.6)
Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)
Total final value of contract(s)
II.2.1)
Total final value of contract(s)
Section IV: Procedure
IV.1)
Type of procedure
IV.1.1)
Type of procedure
Negotiated with a call for competition
IV.2)
Award criteria
IV.2.1)
Award criteria
The most economically advantageous tender
IV.2.2)
Information about electronic auction
An electronic auction will be used: no
IV.3)
Administrative information
IV.3.1)
File reference number attributed by the contracting entity:
IV.3.2)
Previous publication(s) concerning the same contract
Contract notice
Notice number in the OJEU: 2015/S 217-396696 of 10.11.2015
Section V: Award of contract
V.1)
Award and contract value
V.1.1)
Date of contract award decision:
14.3.2018
V.1.2)
Information about offers
V.1.3)
Name and address of economic operator in favour of whom the contract award decision has been taken
Metro Service A/S
Metrovej 3
2300 Copenhagen S
Denmark
V.1.4)
Information on value of contract
V.1.5)
Information about subcontracting
V.1.6)
Price paid for bargain purchases
Section VI: Complementary information
VI.1)
Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)
Additional information:
VI.3)
Procedures for appeal
VI.3.1)
Body responsible for appeal procedures
Klagenævnet for Udbud
Nævnets Hus, Toldboden 2
8800 Viborg
Denmark
VI.3.2)
Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with law nº 593, dated 2.6.2016, regarding “Klagenævn for Udbud” the following applies:
Complain related to contract award shal be submitted less than 45 days after the publishing og the present contract award notice at TED. The deadline is counted from the day after the publishing, cf. §7, subs. 2 in the law mentioned above.
Complain related to contract award shal be submitted less than 45 days after the publishing og the present contract award notice at TED. The deadline is counted from the day after the publishing, cf. §7, subs. 2 in the law mentioned above.
VI.3.3)
Service from which information about the lodging of appeals may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
Denmark
VI.4)
Date of dispatch of this notice:
27.3.2018