New Simulators for S-train drivers

The scope of the Contract is to provide a new, full-stack Solution regarding Desktop simulators for S-train drivers for DSB to implement in the S-train driver Education Program. The Solution is expected to operate until the new S-trains (driverless) have been implemented, including a period of mixed traffic. However, the …

CPV: 34152000 Training simulators, 30230000 Computer-related equipment, 34943000 Train-monitoring system, 48931000 Training software package, 80000000 Education and training services
Place of execution:
New Simulators for S-train drivers
Awarding body:
DSB
Award number:
A-25354

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 : New Simulators for S-train drivers
Description : The scope of the Contract is to provide a new, full-stack Solution regarding Desktop simulators for S-train drivers for DSB to implement in the S-train driver Education Program. The Solution is expected to operate until the new S-trains (driverless) have been implemented, including a period of mixed traffic. However, the scope of this Contract is only the education of drivers for the current S-train type. The new Desktop Simulator Solution is to be used to train new S-train drivers in basic Education, as well as yearly follow-up training for all S-train drivers. The Simulated Environment of the Solution shall prioritize functional fidelity and be able to simulate part of the infrastructure (as Simulated Train Front View), parts of the train (as Simulated Control and Instrument Panel) and parts of the training material (as Simulated Training and Exercise Scenarios) with the functional and physical fidelity defined in appendix 3, Requirement specification. The Solution shall also support DSB’s creation of own Simulated Training Exercises and Scenarios. The Solution should cover the development of a full-stack Solution of Software and Hardware in collaboration with the Customer, possibilities for Further Development, as well as the Support and Maintenance of the Solution and related Services for the duration of the Contract period. DSB aims at implementing the new Solution in the DSB Education Program for courses starting by April 2027. To achieve this, DSB aims for (Partial) Delivery of the required Solution early 2027 which at least covers certain prioritized requirements (see Appendix A, C, 1 and 3), depending on the tenderer’s capacity. The plan and scope of the tender is informed by previous market dialogue (see prior information notice). DSB is open to different delivery models, simulation methods and timelines as reflected in the tender material (cf. appendix 1 and 3) and tender procedure.
Procedure identifier : e5ae55c3-4b51-47c3-bfbb-1c49bab10a7a
Internal identifier : A-25354
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 : 3 applicants are prequalified to submit tendersA negotiated tender is carried out, cf. the tender specifications. The contracting authority will not pay any participation fees to the tenderers. After receiving initial tenders, the contracting authority shall hold individual negotiation meetings with all tenderers who have submitted an initial tender in due time. The negotiations shall be conducted in accordance with the principle of equal treatment, and all tenderers shall be given the same time for negotiations with the contracting authority. In relation to the negotiations, DSB does not consider the following aspects to be fundamental elements pursuant to the Public Procurement Act (reference), which implies that DSB reserves the right to discuss these aspects during negotiations and, if necessary, amend the material on that basis: - Scope and number of priority requirements (market ‘P1’, cf. Appendix 3) - Stated allocation of DSB's estimated resources (cf. Appendix 14) - Subdivision of Support & Maintenance into Hardware and Software (cf. Appendices 7 and 10.a) - Scope and warranties in regard to Support and Maintenance (see Appendices 7 and 10a) - Choice of price regulation index (see Appendix 10) The negotiation process is described in more detail in the tender conditions.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34152000 Training simulators
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 34943000 Train-monitoring system
Additional classification ( cpv ): 48931000 Training software package
Additional classification ( cpv ): 80000000 Education and training services

2.1.2 Place of performance

Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 3 400 000 Euro

2.1.4 General information

Additional information : Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 06.10.2025, at 12.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone (+45-7020 8014). The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The Contracting Entity's estimate of the Contracts' value is based on the Contracting Entity's expectation of the offered prices for initial development and implementation, yearly support and maintenance of software and hardware, options as well as estimated number of services-as-per-hour for the entire Contract period, including price adjustments. The estimated contract value represents DSB's budget. If the winning tender is significantly above the expected budget in relation to development, support and maintenance of the solution, corresponding to an estimated EUR 1,75 million (approx. DKK 13 million), there is a risk that DSB may decide to cancel the tender. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The tendered Contract is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the Contract. Legal basis: Directive 2014/25/E
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching of obligations set under purely national exclusion grounds : Section 134a of the Public Procurement Act applies: A contracting authority must exclude an applicant or tenderer from participating in a procurement procedure if the applicant or tenderer is established in a country that is listed on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the respective country.
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : New Simulators for S-train drivers
Description : The scope of the Contract is to provide a new, full-stack Solution regarding Desktop simulators for S-train drivers for DSB to implement in the S-train driver Education Program. The Solution is expected to operate until the new S-trains (driverless) have been implemented, including a period of mixed traffic. However, the scope of this Contract is only the education of drivers for the current S-train type. The new Desktop Simulator Solution is to be used to train new S-train drivers in basic Education, as well as yearly follow-up training for all S-train drivers. The Simulated Environment of the Solution shall prioritize functional fidelity and be able to simulate part of the infrastructure (as Simulated Train Front View), parts of the train (as Simulated Control and Instrument Panel) and parts of the training material (as Simulated Training and Exercise Scenarios) with the functional and physical fidelity defined in appendix 3, Requirement specification. The Solution shall also support DSB’s creation of own Simulated Training Exercises and Scenarios. The Solution should cover the development of a full-stack Solution of Software and Hardware in collaboration with the Customer, possibilities for Further Development, as well as the Support and Maintenance of the Solution and related Services for the duration of the Contract period. DSB aims at implementing the new Solution in the DSB Education Program for courses starting by April 2027. To achieve this, DSB aims for (Partial) Delivery of the required Solution early 2027 which at least covers certain prioritized requirements (see Appendix A, C, 1 and 3), depending on the tenderer’s capacity. The plan and scope of the tender is informed by previous market dialogue (see prior information notice). DSB is open to different delivery models, simulation methods and timelines as reflected in the tender material (cf. appendix 1 and 3) and tender procedure.
Internal identifier : A-25354

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34152000 Training simulators
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 34943000 Train-monitoring system
Additional classification ( cpv ): 48931000 Training software package
Additional classification ( cpv ): 80000000 Education and training services
Options :
Description of the options : The Supplier shall provide following Options, and DSB shall be entitled to order Options at a Notice specified in Appendix 3 or in accordance with an agreed Time Schedule with DSB: - Addition of the system FOCON to the Simulated Environment - Additional Simulated Train Route (out and return journey) implemented in the Solution - One (1) or three (3) additional complete Student Desktop Simulators

5.1.2 Place of performance

Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 13 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : DSB may notify the Supplier in writing at least 6 months prior to the expiry of the Contract, cf. above, of DSB’s desire to extend the Contract for up to 2 additional period of 12months, up to a total of 24 months. The extension(s) shall be on the same terms and conditions, including prices, in effect at the initial expiry of the Contract.

5.1.5 Value

Estimated value excluding VAT : 3 400 000 Euro

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
Information about previous notices :
Identifier of the previous notice : 143385-2025
Additional information : Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 06.10.2025, at 12.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone (+45-7020 8014). The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The Contracting Entity's estimate of the Contracts' value is based on the Contracting Entity's expectation of the offered prices for initial development and implementation, yearly support and maintenance of software and hardware, options as well as estimated number of services-as-per-hour for the entire Contract period, including price adjustments. The estimated contract value represents DSB's budget. If the winning tender is significantly above the expected budget in relation to development, support and maintenance of the solution, corresponding to an estimated EUR 1,75 million (approx. DKK 13 million), there is a risk that DSB may decide to cancel the tender. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The tendered Contract is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the Contract. Legal basis: Directive 2014/25/E

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : General yearly turnover
Description : Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows: Applicant's total yearly turnover in the three most recent available financial years. As a minimum requirement, a total yearly turnover of at least DKK 20 million each year in the three most recent available annual reports/financial statements is required. If the applicant relies on the capacity of other entities or in the case of a group of economic operators (eg. such as a consortium), the yearly turnover is calculated as the applicant's and these other entities' total yearly turnover in each of the three most recent available annual reports/financial statements. In the case of a consortium, the yearly turnover is calculated as the companies' total yearly turnover in each of the three most recent available annual reports/financial statements. The information is provided in ESPD section IV.B
Criterion : Financial ratio
Description : Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: Applicant's solvency ratio in the three most recent available financial years. As a minimum requirement, the applicant must demonstrate an average solvency ratio of at least 20,0% over the three (3) most recent available annual reports or financial statements. The solvency ratio shall be stated with one (1) decimal. The solvency ratio for a given financial year is calculated as the applicant’s total equity divided by the applicant’s total assets, expressed as a percentage. The Solvency ratio is thus calculated as follows: (Total Equity/Total Assets) x 100 = solvency ratio. If the applicant relies on the capacities of other entities, the solvency ratio for a given financial year is calculated as the combined total equity of the applicant and these other entities divided by their combined total assets, expressed as a percentage. Hereafter the average solvency ratio is calculated over the three (3) most recent available annual reports or financial statements. In the case of a group of economic operators (e.g., such as a consortium), the solvency ratio for a given financial year is calculated as the combined total equity of all participating companies divided by their combined total assets, expressed as a percentage. Hereafter the average solvency ratio is calculated over the three (3) most recent available annual reports or financial statements. The information is provided in ESPD section IV.B. The applicant is requested to clearly state "solvency ratio" in the response. If the applicant relies on the economic and financial capacity of other entities, the contracting authority requires that the applicant and the respective entities be jointly and severally liable for the execution of the contract. The ESPD serves as preliminary proof that the applicant meets the minimum suitability requirements in relation to economic and financial capacity.
Criterion : Financial ratio
Description : Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: Applicant's EBIT margin in the three most recent available financial years. As a minimum requirement, the applicant must demonstrate an average EBIT margin of at least 2,0% over the three (3) most recent available annual reports or financial statements. The EBIT margin shall be stated with one (1) decimal. The EBIT margin for a given financial year is calculated as the applicant’s EBIT divided by the applicant’s Revenue, expressed as a percentage. The EBIT margin is thus calculated as follows: (EBIT/Revenue) * 100 = EBIT margin. If the applicant relies on the capacities of other entities, the EBIT margin for a given financial year is calculated as the combined EBIT of the applicant and these other entities divided by their combined Revenue, expressed as a percentage. Hereafter the average EBIT margin is calculated over the three (3) most recent available annual reports or financial statements. In the case of a group of economic operators (e.g., such as a consortium), the EBIT ratio for a given financial year is calculated as the combined combined EBIT of all participating companies divided by their combined Revenue, expressed as a percentage. Hereafter the EBIT margin is calculated over the three (3) most recent available annual reports or financial statements. The information is provided in ESPD section IV.B. The applicant is requested to clearly state "EBIT margin" in the response. If the applicant relies on the economic and financial capacity of other entities, the contracting authority requires that the applicant and the respective entities be jointly and severally liable for the execution of the contract. The ESPD serves as preliminary proof that the applicant meets the minimum suitability requirements in relation to economic and financial capacity.
Criterion : References on specified deliveries
Description : // Minimum requirements for the required level: As a minimum requirement the applicant must submit at least one (1) reference documenting experience with the delivery of train simulators relating to CBTC train control systems or similar. // Selection criteria: If DSB receives 3 or fewer applications that meet the above minimum requirements for financial, technical and professional capacity, all 3 applicants will be prequalified without selection. If DSB receives 3 applications or more, selection will be made based on the applicant's references as described below. For selection purposes, the applicant can provide up to 3 most significant comparable references that the applicant has performed in the last 5 years, due to the long-lasting characteristics of the services. The applicant shall be able to give a contact person for the reference upon request. In the selection process, DSB will, based on an overall assessment of all three references, emphasize the best demonstration of: - Broad and extensive experience in delivering highly customized desktop simulator solutions (including software and hardware) with specifications most similar to the services described in the tender, see Appendix 3. By “broad” experience is understood; a solution with high degree of customization and/or with a scope in contract value/amount simulators covered by the Solution similar to that requested by DSB. By extensive is understood; solutions that are used directly for certification-related education purposes. - Experience in delivering desktop simulator solution including support and maintenance of the delivered software and hardware, with requirements for high functional availability (corresponding to 99% and calculated as stated in appendix 8) and solution stability (corresponding to low number of high severity incidents measured as stated in appendix 8) and with a long lifespan (corresponding to 15 years, as requested by DSB), for a customer with similar characteristics in terms of complexity and responsibility as DSB. - Experience with deliveries highly customized to customer's specifications, with a high degree of direct customer-involvement and cooperation and with English as the working language - Experience in developing simulators for infrastructure based on Siemens Trainguard MT CBTC or similar Only references related to deliveries that has been accepted for operation or has been completed at the time of application, will be considered in the assessment of which applicants have documented the most relevant deliveries, see above regarding selection criteria/limitation of candidates. If it is an ongoing task, only the part of the deliveries that have already been completed at the time of application will be included in the assessment of the reference. Each reference should contain a brief description of the delivery. The description of the delivery should include a clear description of the delivery and how it relates to the listed selection criterion, as well as the applicant's role(s) in the execution of the delivery. Furthermore, the reference should include the economic value of the delivery (amount), date of the delivery, and name of the customer (recipient). When indicating the date of the delivery, the applicant should specify the start and end date of the delivery. If this is not possible, e.g., because the tasks are performed continuously, the applicant should indicate in the description of the delivery, how the date is specified. A maximum of 3 references can be provided, regardless of whether the applicant is a single company, relies on the technical capacity of other entities, or is a consortium. If the applicant relies on the professional qualifications or professional experience of other entities regarding the execution of specific parts of the deliveries covered by the contract, see the description under "Subject" and "Description of the tender," the specific parts of the services under the contract must be performed by the entity on which the applicant relies. The ESPD serves as preliminary evidence of how the applicant meets the selection criterion. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation that the information in the ESPD is correct. The applicant will not be required to provide additional documentation for technical and professional capacity. However, the contracting authority reserves the right to contact the applicant, or the customer specified in the reference to verify the information about the reference, including the times specified for the reference.
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
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 : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description : Evaluation of the sub criterion “Cost” is based on the total evaluation-technical price cf. Appendix 10.a – Price Specifications. The calculation is based on Appendix 10.a – Price Specifications in accordance with the charges offered by the tenderer.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality of the Solution
Description : Evaluation of the sub criterion “Quality of the Solution” is based on the Tenderer’s reply to the following evaluable requirements (appendix 3); ID-4 ("Functionality, process and flow of the Roles" - weighted 35%); ID-42 ("Simulated Environment - Scope & Durability" - weighted 35%); and ID-108 ("Building and play-out of Simulated Training Exercises and Scenarios" - weighted 30%). DSB will conduct an overall evaluation of the Sub sub-criterions based on the Tenderers fulfillment of the requirements in Appendix 3.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Supply Efficiency
Description : Evaluation of the sub sub-criterion "Supply Efficiency" is based on the stated date of the Milestone: “(Partial) Delivery #1 Site Acceptance Test approved” as stated by the Tenderer in appendix 1.b (Supplier’s Time and Activity Plan). DSB will conduct an overall evaluation based on the date of the Milestone and the descriptive scale in Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Delivery
Description : Evaluation of the sub criterion “Quality of the Solution” is based on the Tenderer’s reply to the following evaluable requirements in appendix 1, ID-1 ("Supplier’s Time and Activity Plan" - weighted 50%) and in appendix 14, ID-1 ("Requirements regarding Supplier’s Project Organization" - weighted 50%). DSB will conduct an overall evaluation of the Sub sub-criterions based on the Tenderers fulfillment of the requirements in Appendix 1 and 14.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 10/10/2025 10:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 17/10/2025 10:00 +00:00
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 incorporates considerations of social responsibility as formulated in the conventions underlying the principles of the UN Global Compact and as formulated in the OECD Guidelines for Multinational Enterprises, to the relevant extent. Additionally, contractual requirements are set in accordance with ILO Convention 94 on labor clauses in public contracts and Circular no. 9471 of June 30, 2014. Transfer of personal data, as defined under the EU Directive 95/46/EC (General Data Protection Regulation), to third countries or international organizations by the Data Processor or Sub-Data Processor is not allowed under the Contract.
Electronic invoicing : Required
Electronic ordering will be used : yes
Financial arrangement : The financing and payment terms will be stated in the tender material. Reference is also made to the required electronic invoicing and the possibility of electronic ordering in accordance with Executive Order no. 798 of June 28, 2007 on public payments, etc. with subsequent amendments. The Executive Order can be accessed at www.retsinformation.dk

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 : In accordance with the Act on the Complaints Board for Public Procurement etc. (the act can be accessed at www.retsinformation.dk ), the following deadlines apply for filing a complaint:A complaint about not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. section 7, subsection 1 of the act, from the day after the notification is sent to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection 1, no. 1 of the act.In other situations, a complaint about procurement, cf. section 7, subsection 2 of the act, must be submitted to the Complaints Board for Public Procurement within:45 calendar days from the day after the contracting authority publishes a notice in the Official Journal of the European Union about conclusion of the contract. No later than at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement, and whether the complaint is submitted during the standstill period, cf. section 6, subsection 4 of the act. In cases where the complaint is not submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. section 12, subsection 1 of the act. The email address of the Complaints Board for Public Procurement is provided under "Organization". The complaint guidance of the Complaints Board for Public Procurement can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure : DSB
Organisation providing offline access to the procurement documents : 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) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Thilde Sørensen
Telephone : +45 24681453
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 : 37 79 55 26
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10 29 48 19
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
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
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 7f84e47b-6b23-46a0-9384-f44616b07645 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/09/2025 16:13 +00:00
Notice dispatch date (eSender) : 15/09/2025 19:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00606136-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025