O&M contract

The Contract comprises the operation and maintenance of the complete system of the Copenhagen Metro, metro lines M1, M2, M3 and M4 (the “O&M contract”). The lines span over 44 stations (30 underground stations and 14 above ground stations) and approximately 40 kilometres doubletrack in the Copenhagen area. The metro …

CPV: 34630000 Резервни части за локомотиви или за подвижен железопътен състав; оборудване за контрол на железопътното движение, 50220000 Услуги по ремонт и поддържане на железопътен подвижен състав, 60210000 Услуги от областта на обществения железопътен транспорт
Място на изпълнение:
O&M contract
Издаващ орган:
Metroselskabet I/S
Номер на наградата:

1. Buyer

1.1 Buyer

Official name : Metroselskabet I/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : O&M contract
Description : The Contract comprises the operation and maintenance of the complete system of the Copenhagen Metro, metro lines M1, M2, M3 and M4 (the “O&M contract”). The lines span over 44 stations (30 underground stations and 14 above ground stations) and approximately 40 kilometres doubletrack in the Copenhagen area. The metro system operates 24/7 with a varying headway throughout the day. Currently, the metro has approximately 2 million passengers per week on average. This figure is expected to increase in the coming years. The metro is a fully automated and driverless, GoA4 system, it consists of two separated systems; M1/M2 and M3/M4 each with own control and maintenance center and is operated without any operator staff (e.g. stewards) on the trains. The O&M contract comprises a mobilisation period of approximately 9-12 months after the signing of the O&M contract and prior to the start of the operation period. In the operation period the winning tenderer (the “O&M Provider”) will handle all operation and the majority of maintenance of the complete metro system. At the start of the operation period the assets that are owned by the contracting entity, Metroselskabet I/S (“Metroselskabet”), will be made the available to the O&M Provider. The assets include e.g.: • Tunnels and structures, including stations, transfer areas / tunnels, shafts, bridges and embankments • Railway infrastructure, including power supply, traction power, permanent way, ATC system, platform screen doors, automatic platform gates, passenger security and information systems, SCADA, access control systems and intrusion detection systems, radio communication systems and transmission systems, passenger-counting system, and the equipment related to the Rejsekort (travel card) system and ticketing system • Electrical and mechanical installations and equipment in tunnels, structures, stations, transfer areas / tunnels, shafts and CMC, including ventilation • Passenger vehicles and service vehicles • Escalators • Control and Maintenance Center, including outdoor areas • Documentation, manuals and procedures • IT systems and programmes forming part of the metro system • Certain management systems • Movables • Consumables (a smaller amount is expected to be available at commencement of the O&M contract) • Spare parts (a smaller amount is expected to be available at commencement of the O&M contract). Additionally, as further described in the tender material, spare parts to certain systems will be available via a contract which Metroselskabet has entered into separately. The O&M Provider is expected to be entrusted with the full responsibility for the daily operation and the majority of the maintenance of assets forming part of the metro system, including provision of spare parts and consumables. The O&M Provider’s services, tasks, etc. under the O&M contract are, on an overall level, expected to include, but not be limited to: - Traffic operations, including operation of traffic systems and staffing. - Passenger services, e.g. traffic information and customer service. - Maintenance of assets, including preventive maintenance, corrective maintenance, provision of spare parts, obsolescence management, cleaning, maintenance optimisation, etc. - Information technology services, including cyber security. - Ticketing and passenger counting. - Communication based on communication plans and strategies. - Organisation and management services, e.g. human ressource management, management of additional services, management of third-party works, technology management, data management, quality management, configuration management, railway safety management, operational railway access management, security and resilience management, occupational health and safety management (OHS), environmental management energy and carbon management and risk management. - Reporting, planning, documentation, etc., including e.g. delivery of various reports at certain intervals, provision of other information, and compilation, updating and maintenance of documentation. - Services in the mobilisation phase and in connection with the expiry of the O&M contract (demobilization), including certain transitional services to assist in the mobilisation of a potential new O&M Provider. In addition, the O&M Provider may be requested to perform additional tasks and projects in relation to the metro system, e.g. development / improvement of assets, on an optional basis. Furthermore, the O&M Provider may be requested to participate in and provide services / deliverables in relation to a number of larger investment / reinvestment projects and other third-party projects in relation to the metro system during the O&M contract period that are expected to be subject to separate procurements / contracts. These projects are expected to include replacement of rolling stock and signaling for the M1 and M2. The Danish Transfer of Undertakings Act (Act no. 710 of 20 August 2002 on the rights of employees in connection with transfer of undertaking as amended) applies to this contract. This entails that employees of the current O&M provider and subcontractors will transfer to the O&M Provider on the same terms as the employees were employed by the current O&M provider and subcontractors pursuant to the provisions in the Danish Transfer of Undertakings Act subsequent to the O&M Provider’s commencement of operation and maintenance of the Copenhagen Metro M1-M4. The duration of the O&M contract is expected to be 12 years (excluding the mobilisation period) with options for extension for a total of 3 years. After the expiry of the operation periode, the O&M Provider must, to a limited extent, provide assistance to Metroselskabet and/or to a potential new O&M provider in relation to the operation and maintenance of the Metro.
Procedure identifier : ba44f63d-7806-4eb8-8d78-35f21e2259b1
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The Procurement Documents are available at www.byggeprojekt.dk . Certain documents are made available in the Virtual Data Room. This includes documents that form part of the Procurement Documents as well as Background Information Documents that do not form part of the Procurement Documents. For further details regarding the Virtual Data Room, reference is made to the Instructions to Tenderer section 3.1, 3.2, and Appendix 3.1 to the Instructions to Tender. After receipt of the first initial tenders Metroselskabet will conduct individual negotiation meetings with all tenderers who have submitted a first initial tender within the deadline stated. Successive stages in order to limit the number of tenders to be negotiated are not used. After the negotiations, Metroselskabet may choose to issue revised tender documents for further tenders. The tenderers will be informed thereof at the same time. Metroselskabet reserves the right to award the contract on the basis of the first revised tender or later tenders. The tender will not be awarded on the basis of the first initial tender. Metroselskabet will pay remuneration of 1,000,000 EUR to prequalified tenderers who submit a compliant final tender, defined as the tender submission on which the contract award decision is based. The winning tenderer will not be remunerated. For further information on the process and the negotiations, reference is made to the Instructions to Tenderers. The statement in the final sentence of Section 5.1.9, “The procedure will take place in successive stages. At each stage, some participants may be eliminated,” is only included due to technical reasons related to the eNotices2 system udsed to generate the contract notice. However, this does not reflect the actual procedure. The procurement process does not take place in successive stages, and no shortlisting or elimination of participants occurs during the negotiation phase.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment

2.1.2 Place of performance

Postal address : Metrovej
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The place of performance is the Copenhagen area.

2.1.3 Value

Estimated value excluding VAT : 2 400 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Regulation (EC) No. 1370/2007 on public passenger transport services by rail and by road, as amended by Regulation (EU) 2016/2338 of the European Parliament and of the Council of 14 December 2016.
Executive Order No. 1078 of 29 June 2022

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Grounds relating to criminal convictions : Cf. section 135(1) para. 1 of the Danish Public Procurement Act
Corruption : Cf. section 135(1) para. 2 of the Danish Public Procurement Act
Fraud : Cf. section 135(1) para. 3 of the Danish Public Procurement Act
Terrorist offences or offences linked to terrorist activities : Cf. section 135(1) para. 4 of the Danish Public Procurement Act
Money laundering or terrorist financing : Cf. section 135(1) para. 5 of the Danish Public Procurement Act
Child labour and including other forms of trafficking in human beings : Cf. section 135(1) para. 6 of the Danish Public Procurement Act
Grounds relating to the payment of taxes or social security contributions : Cf. section 135(3) of the Danish Public Procurement Act
Conflict of interest due to its participation in the procurement procedure : Cf. section 136 para.1 of the Danish Public Procurement Act
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Cf. section 136 para. 3 of the Danish Public Procurement Act
Grave professional misconduct : Cf. section 136 para. 4 of the Danish Public Procurement Act
Agreements with other economic operators aimed at distorting competition : Cf. section 137(1) para. 3 of the Danish Public Procurement Act
Direct or indirect involvement in the preparation of this procurement procedure : Cf. section 136 para. 2 of the Danish Public Procurement Act

5. Lot

5.1 Lot technical ID : LOT-0001

Title : O&M contract
Description : See section 2.1 - Description.

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 60210000 Public transport services by railways
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Options :
Description of the options : As Option (I), Prolongation, Metroselskabet is entitled, on unchanged terms, to extend the operation period three (3) times each time by up to twelve (12) months (i.e. 36 months in total), which means that Metroselskabet is entitled to extend the operation period three (3) times by a number of months in the interval 1 - 12. As Option (II), Ydre Nordhavn, Metroselskabet is entitled, but not obliged, to expand the Services to include the extension of the M4 line to Ydre Nordhavn. Reference is made to the further description and terms in the Contract Specifications, Attachment A and the Schedule of Prices. As Option (III), Changes to Headway Plan/PVK, Metroselskabet is entitled, but not obliged, to change the Planned Vehicle Kilometres) (PVK) by increasing the number of trains operated on lines M1/M2 from 34 to either 35 or 36 trains. Reference is made to the further description and terms in the Contract Specifications, Attachment A and the Schedule of Prices.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : See section 2.1.4.

5.1.3 Estimated duration

Duration : 15 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The initial term of the Contract is 12 years. As Option (I), Prolongation, Metroselskabet is entitled, on unchanged terms, to extend the operation period three (3) times each time by up to twelve (12) months (i.e. 36 months in total), which means that Metroselskabet is entitled to extend the operation period three (3) times by a number of months in the interval 1 - 12.

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) : no
Information about previous notices :
Identifier of the previous notice : 385314-2024
Identifier of the previous notice : 388344-2025
Additional information : * The procurement is subject to Regulation (EC) No. 1370/2007 on public passenger transport services by rail and by road, as amended by Regulation (EU) 2016/2338 of the European Parliament and of the Council of 14 December 2016. Metroselskabet has furthermore, on a voluntary basis, chosen to conduct the procurement procedure based on the rules set out in the Utilities Directive (Directive 2014/25/EU).* Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by Metroselskabet. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the Instruction to Tenderers for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. * As its application, the candidate must submit an ESPD as preliminary documentation regarding the circumstances set out in section 148(1), paras (1)-(3) and section 137(1) para (3) of the Danish Public Procurement Act, which apply pursuant to the Executive Order No. 1078 of 29 June December 2022. *It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed. The candidate heading the group and submitting the application is however not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies.* Metroselskabet reserves the right, at any time during the tender procedure, to request an applicant/tenderer to provide documentary proof, see section 151 of the Danish Public Procurement Act, which apply pursuant to the Executive Order No. 1078 of 29 June 2022, if required to ensure the proper execution of the procedure. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, see section 153 of the Danish Public Procurement Act which apply pursuant to the Executive Order No. 1078 of 29 June 2022. For documentation regarding section 137(1) para (3) in the Danish Procurement Act, please refer to Instruction to Tenderers section 4.6 regarding a written declaration that the winning tenderer's composition is not in violation of the Danish Competition Act (Declaration of Compliance with the Danish Competition Act, Consolidated Act No. 1150 of 03/11/2024). *An economic operator may only submit one application to participate. "Economic operator" is defined as a single economic operator or a group of economic operators (a consortium). In addition, two or more economic operators who are part of the same legal group may not submit more than one application to participate, unless the economic operators can demon-strate that their participation in the tender process is and continuously will be autonomous and independent. "The same legal group" is defined as entities covered by directive 2013/34/EU Art. 22(1). The same applies if an economic operator participates in more than one prequalification application, e.g. alone and in a consortium, alone and as a supporting entity or in a consortium and as a supporting entity. Metroselskabet will, where appropriate, request additional information from such applicants to verify that their participation in the tender process is and continuously will be autonomous and independent. If this cannot be verified, Metroselskabet may not take either of the applications into consideration. The same principle applies if the situation arises during the tender procedure. * In general, groups of economic operators, including temporary associations, may participate in the tender, and an applicant may rely on the capacity of other economic operators (as further described else-where in this contract notice). It is the responsibility of the participating economic operators to ensure that the formation of such a group of economic operators / cooperation is in line with applicable legal requirements including competition law. Guidance on how to assess joint bids under competition law can be found on the Danish Competition and Consumer Authority’s (Konkurrence- og Forbrugerstyrelsens) website: When companies bid jointly ( www.kfst.dk ).* In the event of changes in the composition of the tenderer/candidates, the principles of the provisions of section 147 of the Danish Public Procurement Act will apply in full. *Metroselskabet may use the principles and procedure of section 159(5) of the Danish Public Procurement Act in the event that tenders do not comply with the formal requirements. *It is noted that, pursuant to Article 4(7) of the PSO Regulation, tender documents and contracts shall indicate whether, and if so to what extent, subcontracting may be considered, and that, if subcontracting takes place, the operator (the O&M Provider) must perform a major part of the public passenger transport services itself. Specifically for this tender, Metroselskabet has determined that the operation of one or more of the lines of the metro cannot be subcontracted in full. Subcontracting of parts of the tasks related to performance of the operation for one or more or all lines may take place. However, the winning tenderer must, in any case, be directly involved itself in the performance of the tasks specified in section 4.10 of the Instructions to Tenderers. Reference is generally made to section 4.10 of the Instructions to Tenderers concerning the use of subcontractors. *Metroselskabet will select the number of candidates by applying the selection criterion stated in this contract notice, unless Metroselskabet receives no more than 3 compliant requests for participation, see section 5.1.9. *It should be noted that the amount in section 2.1.3 is an estimate of the expected contract price for the entire term of the contract, including the price of all options, additional services, extensions etc. but excluding the mechanism for indexation of prices in the contract. The estimated contract value has been derived from historical data, adjusted to reflect current market conditions and anticipated future developments in the contract period.* Metroselskabet will arrange for a joint project briefing for the prequalified tenderers to be conducted in Copenhagen at Metroselskabet’s location. The purpose of the briefing is to inform the tenderers on the project and to give the tenderers an on-site view of the Copenhagen Metro M1-M4. See further in the Instructions to Tenderers *Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies, etc. (reference is made to Article 5k, section 1, for the precise definition of the operators subject to the prohibition). Metroselskabet reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors. *Pursuant to the Danish Investment Screening Act ( https://www.retsinformation.dk/eli/lta/2023/1256) economic operators that i) 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. Metroselskabet has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether the tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/ *A market dialogue has been conducted prior to this call for tenders. Relevant material from this dialogue is accessible via the electronic tendering system.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The equity at the end of the latest financial year available. The candidate must submit the European Single Procurement Document ("ESPD") with the following information: The candidate's equity in the latest financial year available. The candidate may rely on the economic and financial capacity of other entities to fulfil the suitability requirements. The entity/entities making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the Instructions to Tenderers. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by Metroselskabet to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the Metroselskabet's request, the following documentation of economic and financial capacity must be submitted: The candidate's balance sheets or extracts from balance sheets in the latest annual report/financial statement available if publication of the balance sheets is required under law in the country in which the candidate is established, or other documentation of the size of the equity. For groups of operators (e.g., a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a positive equity is required in the latest financial year available. If the tenderer relies on the capacities of other entities, the equity is to be calculated as the total equity of the candidate and such other entities in the latest financial year available. For groups of operators (e.g., a consortium), the equity is calculated as the total equity of the operators in the latest financial year available. The information is to be stated in section IV.B of the ESPD.
Criterion : General yearly turnover
Description : The total annual turnover in each of the three latest financial year(s). The candidate must submit the European Single Procurement Document ("ESPD") with the following information: The candidate's total annual turnover in the three latest financial years available. The candidate may rely on the economic and financial capacity of other entities to fulfil the suitability requirements. The entity/entities making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the Instructions to Tenderers. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by Metroselskabet to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate ful-fils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon Metroselskabet's request, the following documentation of economic and financial capacity must be submitted: A statement regarding the candidate's total turnover in the three latest annual reports/financial statements available, depending on when the candidate was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual reports/financial statements available must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least EUR 100,000,000 is required in each of the three latest financial years available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest financial years available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest financial years available. The information is to be stated in section IV.B of the ESPD.
Criterion : References on specified services
Description : The candidate must submit the ESPD with the following information: A list of the 5 most significant deliveries of services comparable to the services under the O&M contract as described in section 2.1 that the candidate has carried out in the past three (3) years before the expiry of the deadline for application. Only references relating to services carried out at the time of the deadline for application will be given importance in the evaluation. Hence, in the case of an ongoing task, only the part of the services already performed at the time of the deadline for application will be included in the evaluation of the reference. Each reference is requested to include a clear description of the services delivered,specifying the type and size of the transport system, including the rolling stock involved, the nature and scope of the services (e.g. combined operation and maintenance, the main operational requirements and the maintenance tasks performed) and other aspects of relevance taking into account the description of the O&M contract under section 2.1 and the selection criterion described below. The description should include information about the candidate’s role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the services, the dates of delivery of the services and the name of the customer (recipient). When indicating the dates of the delivery, the candidate is requested to indicate the date of commencement and the date of finalisation of the services (or if the services are ongoing). No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical and professional capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium). Where more than 5 references are stated, only the first 5 references listed will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the first 5 references, the references will be selected by drawing lots. The candidate may rely on the technical and professional capacity of other entities to fulfil the selection criteria below. The entities making its/their technical or professional capacity available to the candidate must sign a letter of commitment. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the technical or professional experience of other entities, such entity/entities must perform the specific parts of the services under the contract for which this capacity is required. The ESPD serves as provisional documentation. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. No additional documentation of technical and professional capacity will be required from the candidate. However, Metroselskabet reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. This information is to be stated in section IV.C of the ESPD. Criteria for selection among the suitable candidates: The selection of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries in relation to the services put up for tender as described under section 2.1. Metroselskabet intends to invite three candidates to submit a tender. However, if it is determined that the difference between the third and the fourth ranked candidates in relation to their fulfilment of the selection criterion for selection of candidates (as stated above) is insignificant, four candidates will be invited. In that case, the fourth ranked candidate will also be invited.
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 : 3
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Description : Reference is made to the Instructions to Tenderers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Description : Reference is made to the Instructions to Tenderers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 31/07/2025 13:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : 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. The contract includes social clauses on the use of trainees, on accommodation, on occupational health and safety, and a code of conduct. The contract lays down requirements on compliance with the law on processing of personal data. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.Reference is made to section 5.1.6 with respect to subcontracting.
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Metroselskabet will retain all ticket revenues. The O&M Provider is expected to provide an advance payment guarantee and a performance and warranty guarantee; however, Metroselskabet's requirements regarding these guarantees may be subject to negotiations during the tender process. Thus, the requirements for the guarantees may be changed or withdrawn entirely according to Metroselskabet’s decision. Advance payment is expected during the mobilisation phase, followed by recurring payments during the operation period. See Attachment A (Payment) for further information. The payment elements may be subject to negotiation and adjustment during the tender procedure. New elements of the payment structure may also be added and existing elements may also be removed as part of the process.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

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 in accordance with section 2(1), para (1) of the Act where the notification is accompanied by an explanation of the grounds for the decision. 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: 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. 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 suspensory 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 nh@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 : Metroselskabet I/S
Organisation providing offline access to the procurement documents : Metroselskabet I/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Metroselskabet I/S
Organisation processing tenders : Metroselskabet I/S

8. Organisations

8.1 ORG-0001

Official name : Metroselskabet I/S
Registration number : 30823699
Registration number : 30823699
Postal address : Metrovej 5
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Peter Lerche Andreasen
Email : plan@m.dk
Telephone : 72424802
Internet address : www.m.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : 72405600
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) : Byen København ( DK011 )
Country : Denmark
Telephone : 41715000
Internet address : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 3e86d1f8-2af5-4bcc-8416-0e8e48bc812e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 11:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00423877-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025