23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Metal Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2019/S 094-228341
Offentliggjort
16.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

DSB

Opdateringer

Annullering
(22.11.2019)

The management has due to financial and/or economics reasons decided to postpone or cancel several projects that were planned to start in 2020.
Cosmetic upgrade of the double decker couches is among the projects that have been removed from the budget 2020.

Tender of Refurbishment Work on DSB's Double Dekkers


DSB

Contract notice – utilities

Services

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: Mounir Elkadmiri
Telephone: +45 24681969
E-mail: moae@dsb.dk
NUTS code: DK01

Internet address(es):

Main address: http://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=240282&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=240282&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 Refurbishment Work on DSB's Double Dekkers

Reference number: 13-06-2019DD
II.1.2) Main CPV code
50224100
II.1.3) Type of contract
Services
II.1.4) Short description:

DSBs train fleet today consists of several “Litra” types, which each has a different look and feel. As the trains will be in service for several years DSB wish to unify the look and feel to a more modern look concerning both interior and exterior.

The upgrade of the interior will take place simultaneously in an organised flow and will run over 18 months approximately. The refurbishment work will be performed by DSB while internal as external collaborators will perform other tasks.

The upgrade is limited and concentrated to changing the look and colours in the trains; namely New fabrics on seats and new neck pillows in leather, please see technical specifications.

II.1.5) Estimated total value
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)
34620000
50224000
II.2.3) Place of performance
NUTS code: DK01
NUTS code: DK0
NUTS code: DK
Main site or place of performance:

Copenhagen Area.

II.2.4) Description of the procurement:

DSBs train fleet today consists of several “Litra” types, which each has a different look and feel. As the trains will be in service for several years DSB wish to unify the look and feel to a more modern look concerning both interior and exterior.

The upgrade of the interior will take place simultaneously in an organised flow and will run over 18 months approximately. The refurbishment work will be performed by DSB while internal as external collaborators will perform other tasks.

The upgrade is limited and concentrated to changing the look and colours in the trains; namely new fabrics on seats and new neck pillows in leather, please see technical specifications.

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
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:

Please see tender documents for more information.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
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:

Please see tender document “Pre-qualification letter”.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 17/06/2019
Local time: 23:59
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:
Danish, 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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
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:

Complaints regarding pre-qualification covered by the utilities procurement directive must be filed with The Complaints Board for Public Procurement within 20 days calculated from the day after the Contracting Authority has sent the notification to the applicants about the result of the pre-qualification.

Complaints regarding a tender covered by the utilities procurement directive must be filed with The Complaints Board for Public Procurement within 45 days after the Contracting Authority published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date). The complainant must inform the Contracting Authority of the appeal in writing, at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint was lodged during the standstill period. If the appeal was not lodged during the standstill period, the appellant must also state whether or not he requests the appeal to have a delaying effect.

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:
13/05/2019
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|