Passenger Information System - S-train fleet

DSB aims, through this tender, to procure a Passenger Information System for the 4th generation S-trains. The Passenger Information System consists of a Control & Audio System (C&A) and Internal Route Displays (IRD). The subject of the contract is a passenger information system for the 4th generation S-trains, types SA …

CPV: 48813000 Passenger information system, 31682230 Graphic display panels, 32340000 Microphones and loudspeakers
Place of execution:
Passenger Information System - S-train fleet
Awarding body:
DSB
Award number:
A-24710

1. Buyer

1.1 Buyer

Official name : DSB
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Passenger Information System - S-train fleet
Description : DSB aims, through this tender, to procure a Passenger Information System for the 4th generation S-trains. The Passenger Information System consists of a Control & Audio System (C&A) and Internal Route Displays (IRD). The subject of the contract is a passenger information system for the 4th generation S-trains, types SA and SE, which consists of: • A Control & Audio System that can: o Provide automatic speaker announcements to passengers o Manage associated electronic displays o Support communication in the form of public address announcements (PA), staff communication, and emergency communication with passengers (ESU) • Internal Route Displays (IRD) that: o Show the train's route and progress along the route on an LCD screen o Display the route's line logo, the clock, and informational messages on another LCD screen The legacy system is approaching its end of life. Currently several components are considered obsolete, and it is planned to exchange and upgrade the system. The scope of the tender is as follows: • Supply of a complete Control- and Audio system and Internal Route Displays (IRD) – in total 20 Control & Audio Systems and 280 displays - for 20 litra SA trains. • Options: Further supply of a complete Control- & Audio System and Internal Route Displays for 20 SA trainsets. The options are structured as follows: o Option 1: Control & Audio System and Internal Route Displays for 10 SA trainsets o Option 2: Control & Audio System and Internal Route Displays for 10 SA trainsets • Supply of a package of recommended spare parts.
Procedure identifier : 28ce6568-f147-4231-8714-569cc8497723
Internal identifier : A-24710
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 : Upon receipt of the initial tenders, the contracting entity will hold individual negotiation meetings with all tenderers who have submitted an initial tender on time. The negotiations will be conducted in accordance with the principle of equal treatment, and all tenderers will be allocated the same amount of time for negotiations with the contracting entity. No successive phases will be applied to reduce the number of tenders subject to negotiation. Following the negotiations, the contracting entity may issue revised tender documents with the aim of obtaining an additional initial or final tender. Tenderers will be informed of this simultaneously and invited to submit an initial or final tender. The contracting entity reserves the right to award the contract based on the initial tenders. The contracting entity does not provide participation compensation to tenderers. The negotiation process is further described in the tender specifications and annexes A-H.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 31682230 Graphic display panels
Additional classification ( cpv ): 32340000 Microphones and loudspeakers

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 88 000 000 Danish krone

2.1.4 General information

Additional information : General Information on Participation in the Tender Procedure: Participation in the tender can only take place electronically via the Contracting Entity's designated electronic tendering system. To access the tender documents, 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 considered the valid one. All communication related to the tender procedure, including questions and answers, must be conducted via the electronic tendering system. For information regarding questions and answers, please refer to the tender specifications and Annex B. Interested parties are encouraged to stay updated via the electronic tendering system. If the applicant experiences any issues with the system, support can be contacted via email at dksupport@eu-supply.com or by phone at (+45) 70 20 80 14. ESPD and documentation The applicant must submit an ESPD as their application, serving as preliminary evidence for the matters mentioned in Section 148(1)(1-3) of the Danish Public Procurement Act. It is not necessary for the applicant to sign their ESPD document. In the case of a group of companies (e.g., a consortium), a separate ESPD must be submitted for each participating economic operator. If the applicant is a group of companies, each participant's ESPD document must be signed by the respective participant. However, it is not necessary for the lead applicant submitting the application to sign their ESPD document. If the applicant relies on the capacities of other entities, an ESPD must be submitted for each entity on which the applicant relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information submitted in the ESPD in accordance with Sections 151-152 of the Danish Public Procurement Act, cf. Section 153. As an alternative to the documentation mentioned in Sections 153-155, 157, and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the Contracting Entity a certificate of registration on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The Contracting Entity can only accept a certificate of registration on an official list from applicants and tenderers established in the country maintaining the official list. Submission of a Letter of Support and Consortium Declaration: The applicant must submit a letter of support as part of their application, in which the entity or entities on which the applicant relies declare joint and several liability with the applicant, should the applicant be awarded the contract. A template for this declaration is provided as an annex to the tender specifications. If the applicant is a consortium of economic operators, a consortium declaration must be submitted as part of the application. In this declaration, each participant in the consortium must declare joint and several liability for the performance of the contract and appoint one economic operator authorized to represent the consortium. A template for this declaration is also provided as an annex to the tender specifications. Selection of Applicants: The Contracting Entity will select the specified number of applicants in accordance with the selection criteria outlined in this tender notice, unless fewer compliant applications are received than the specified number. Estimated Value, Single Contract: It should be noted that the amount represents an estimate of the expected total contract value for the entire contract duration, including the price of all options. The estimate is based on the average of the prices received during the market dialogue conducted in December 2024. Duration of the Agreement: The Term of this Agreement is from the Parties' signing of this Agreement until the Deliverables are delivered. Options for additional deliveries DSB can invoke additional options. The following applies to the options: Option 1: DSB shall invoke Option 1 no later than 1 year after DSB’s written acceptance of Milestone 6. After this time, Option 1 can no longer be invoked and shall become null and void. Option 2: DSB shall invoke Option 2 no later than 1 year after DSB’s written acceptance of Milestone 7. After this time, Option 2 can no longer be invoked and shall become null and void. The options are independent of each other. If DSB does not invoke Option 1, DSB does not lose the right to invoke Option 2. The delivery of Option 1 and Option 2 shall be governed by this Agreement including any and all appendices. Number of Applications for Prequalification: It should be noted that each applicant may only submit one application for prequalification. Please see the tender specifications Appendix B - Additional Information regarding requirement categorization of the contract documents. All requirements that are not minimum requirements may in principle be negotiated and may be changed/withdrawn. Thus, all potential candidates who can comply with the minimum requirements are encouraged to apply to participate even if the candidate cannot comply with all negotiable requirements. Article 5k of Regulation No. 833/2014, as amended: Attention is drawn to the fact that the tender is subject to Article 5k of Regulation (EU) No. 833/2014, as amended. The provision includes a prohibition on awarding contracts to Russian companies and Russian-controlled entities, etc. (see Article 5k, paragraph 1, for a precise definition of the entities covered by the prohibition). The Contracting Entity reserves the right to request documentation at any stage of the tender process to ensure that the economic operators are not subject to the prohibition, for example, by requiring a declaration to this effect and/or documentation regarding the establishment location and ownership structure of the operators and their potential subcontractors. The Investment Screening Act: Under the Investment Screening Act (In Danish: investeringsscreeningsloven) ( https://www.retsinformation.dk/eli/lta/2023/1256), economic operators i) domiciled outside the EU or EFTA, or ii) controlled by or subject to significant influence, as defined in the Act, from a company domiciled in or a citizen of a country outside the EU or EFTA, must apply to the Danish Business Authority for permission to enter into a "special economic agreement" within a particularly sensitive sector or activity. The Contracting Entity assesses that entering into the contract may be subject to such a requirement for permission. Tenderers should clarify whether their agreement will be subject to such a requirement. For more information, see https://erhvervsstyrelsen.dk/vejledning-aktiviteter-omfattet-af-investeringsscreeningsloven. The tender is conducted subject to obtaining the necessary budgetary authorization. The applicant is kindly requested to note that the field "Successive reductions" has been marked as "yes." However, this is NOT the case. The Contracting Entity will not conduct the procedure in successive phases, meaning that the Contracting Entity will not exclude applicants/tenderers at each phase.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

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
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).
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).
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).
Child labour and 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).
Guilty of 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?
Guilty of 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.
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Passenger Information System - S-train fleet
Description : DSB aims, through this tender, to procure a Passenger Information System for the 4th generation S-trains. The Passenger Information System consists of a Control & Audio System (C&A) and Internal Route Displays (IRD). The subject of the contract is a passenger information system for the 4th generation S-trains, types SA and SE, which consists of: • A Control & Audio System that can: o Provide automatic speaker announcements to passengers o Manage associated electronic displays o Support communication in the form of public address announcements (PA), staff communication, and emergency communication with passengers (ESU) • Internal Route Displays (IRD) that: o Show the train's route and progress along the route on an LCD screen o Display the route's line logo, the clock, and informational messages on another LCD screen The legacy system is approaching its end of life. Currently several components are considered obsolete, and it is planned to exchange and upgrade the system. The scope of the tender is as follows: • Supply of a complete Control- and Audio system and Internal Route Displays (IRD) – in total 20 Control & Audio Systems and 280 displays - for 20 litra SA trains. • Options: Further supply of a complete Control- & Audio System and Internal Route Displays for 20 SA trainsets. The options are structured as follows: o Option 1: Control & Audio System and Internal Route Displays for 10 SA trainsets o Option 2: Control & Audio System and Internal Route Displays for 10 SA trainsets • Supply of a package of recommended spare parts.
Internal identifier : A-24710

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 31682230 Graphic display panels
Additional classification ( cpv ): 32340000 Microphones and loudspeakers

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 88 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : General Information on Participation in the Tender Procedure: Participation in the tender can only take place electronically via the Contracting Entity's designated electronic tendering system. To access the tender documents, 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 considered the valid one. All communication related to the tender procedure, including questions and answers, must be conducted via the electronic tendering system. For information regarding questions and answers, please refer to the tender specifications and Annex B. Interested parties are encouraged to stay updated via the electronic tendering system. If the applicant experiences any issues with the system, support can be contacted via email at dksupport@eu-supply.com or by phone at (+45) 70 20 80 14. ESPD and documentation The applicant must submit an ESPD as their application, serving as preliminary evidence for the matters mentioned in Section 148(1)(1-3) of the Danish Public Procurement Act. It is not necessary for the applicant to sign their ESPD document. In the case of a group of companies (e.g., a consortium), a separate ESPD must be submitted for each participating economic operator. If the applicant is a group of companies, each participant's ESPD document must be signed by the respective participant. However, it is not necessary for the lead applicant submitting the application to sign their ESPD document. If the applicant relies on the capacities of other entities, an ESPD must be submitted for each entity on which the applicant relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information submitted in the ESPD in accordance with Sections 151-152 of the Danish Public Procurement Act, cf. Section 153. As an alternative to the documentation mentioned in Sections 153-155, 157, and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the Contracting Entity a certificate of registration on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The Contracting Entity can only accept a certificate of registration on an official list from applicants and tenderers established in the country maintaining the official list. Submission of a Letter of Support and Consortium Declaration: The applicant must submit a letter of support as part of their application, in which the entity or entities on which the applicant relies declare joint and several liability with the applicant, should the applicant be awarded the contract. A template for this declaration is provided as an annex to the tender specifications. If the applicant is a consortium of economic operators, a consortium declaration must be submitted as part of the application. In this declaration, each participant in the consortium must declare joint and several liability for the performance of the contract and appoint one economic operator authorized to represent the consortium. A template for this declaration is also provided as an annex to the tender specifications. Selection of Applicants: The Contracting Entity will select the specified number of applicants in accordance with the selection criteria outlined in this tender notice, unless fewer compliant applications are received than the specified number. Estimated Value, Single Contract: It should be noted that the amount represents an estimate of the expected total contract value for the entire contract duration, including the price of all options. The estimate is based on the average of the prices received during the market dialogue conducted in December 2024. Duration of the Agreement: The Term of this Agreement is from the Parties' signing of this Agreement until the Deliverables are delivered. Options for additional deliveries DSB can invoke additional options. The following applies to the options: Option 1: DSB shall invoke Option 1 no later than 1 year after DSB’s written acceptance of Milestone 6. After this time, Option 1 can no longer be invoked and shall become null and void. Option 2: DSB shall invoke Option 2 no later than 1 year after DSB’s written acceptance of Milestone 7. After this time, Option 2 can no longer be invoked and shall become null and void. The options are independent of each other. If DSB does not invoke Option 1, DSB does not lose the right to invoke Option 2. The delivery of Option 1 and Option 2 shall be governed by this Agreement including any and all appendices. Number of Applications for Prequalification: It should be noted that each applicant may only submit one application for prequalification. Please see the tender specifications Appendix B - Additional Information regarding requirement categorization of the contract documents. All requirements that are not minimum requirements may in principle be negotiated and may be changed/withdrawn. Thus, all potential candidates who can comply with the minimum requirements are encouraged to apply to participate even if the candidate cannot comply with all negotiable requirements. Article 5k of Regulation No. 833/2014, as amended: Attention is drawn to the fact that the tender is subject to Article 5k of Regulation (EU) No. 833/2014, as amended. The provision includes a prohibition on awarding contracts to Russian companies and Russian-controlled entities, etc. (see Article 5k, paragraph 1, for a precise definition of the entities covered by the prohibition). The Contracting Entity reserves the right to request documentation at any stage of the tender process to ensure that the economic operators are not subject to the prohibition, for example, by requiring a declaration to this effect and/or documentation regarding the establishment location and ownership structure of the operators and their potential subcontractors. The Investment Screening Act: Under the Investment Screening Act (In Danish: investeringsscreeningsloven) ( https://www.retsinformation.dk/eli/lta/2023/1256), economic operators i) domiciled outside the EU or EFTA, or ii) controlled by or subject to significant influence, as defined in the Act, from a company domiciled in or a citizen of a country outside the EU or EFTA, must apply to the Danish Business Authority for permission to enter into a "special economic agreement" within a particularly sensitive sector or activity. The Contracting Entity assesses that entering into the contract may be subject to such a requirement for permission. Tenderers should clarify whether their agreement will be subject to such a requirement. For more information, see https://erhvervsstyrelsen.dk/vejledning-aktiviteter-omfattet-af-investeringsscreeningsloven. The tender is conducted subject to obtaining the necessary budgetary authorization. The applicant is kindly requested to note that the field "Successive reductions" has been marked as "yes." However, this is NOT the case. The Contracting Entity will not conduct the procedure in successive phases, meaning that the Contracting Entity will not exclude applicants/tenderers at each phase.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Average turnover
Description : Minimum Requirement As a minimum requirement, the applicant must have an average annual turnover of at least DKK 50 million over the three (3) most recent available annual reports or financial statements. If the applicant relies on the capacities of other entities, the average annual turnover is calculated as the combined average annual turnover of the applicant and these other entities 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 average annual turnover is calculated as the combined average annual turnover of all participating companies over the three (3) most recent available annual reports or financial statements. The required information must be provided in section IV.B of the ESPD. Information requirements The applicant must submit the European Single Procurement Document (hereinafter referred to as ESPD) specifying the following information: − The applicant’s average annual turnover over the three (3) most recent available annual reports or financial statements. The annual turnover shall be stated with one (1) decimal. The applicant may rely on the economic and/or financial capacity of other entities to meet the suitability requirements in this tender. The entity/entities providing their economic and/or financial capacity to the applicant must sign a letter of support, as further describe in this tender notice. A template for the letter of support is included as an annex to the tender specifications. If the applicant relies on the economic and financial capacity of other entities to meet the suitability requirements, as outlined below, the Contracting Entity requires that the applicant and the relevant entities assume joint and several liability for the performance of the contract. The ESPD serves as preliminary evidence that the applicant meets the suitability requirements in relation to economic and financial capacity. Prior to the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation confirming that the information in the ESPD is correct. When requested by the Contracting Entity, the following documentation for economic and financial capacity must be submitted: A statement regarding the company’s average annual turnover over the three (3) most recent available annual reports or financial statements. This requirement applies depending on when the company was established or began its operations, provided that such figures for the annual turnover are available. For groups of companies (e.g., such as a consortium), the required information must be provided for each participating company in the group based on the three (3) most recent available annual report or financial statements. If the company relies on the economic and financial capacity of other entities (e.g., a parent company, sister company, or subcontractor), the required information must also be submitted for these entities.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Minimum Requirement EBIT margin: As a minimum requirement, the applicant must have an average EBIT margin of at least 2,0% over the three (3) most recent available annual reports or financial statements. The EBIT margin for a given financial year is calculated as applicant’s EBIT divided by the turnover, expressed as a percentage. The EBIT margin is thus calculated as follows: (EBIT / Turnover) x 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 turnover, 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 margin for a given financial year is calculated as the combined EBIT of all participating companies, divided by their combined turnover, expressed as a percentage. Hereafter the average EBIT margin is calculated over the three (3) most recent available annual reports or financial statements. The required information must be provided in section IV.B of the ESPD. Minimum Requirement: Equity ratio: As a minimum requirement, the applicant must have an average equity ratio of at least 20,0% over the three (3) most recent available annual reports or financial statements. The equity 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 equity ratio is thus calculated as follows: (Total Equity/Total Assets) x 100 = Equity ratio. If the applicant relies on the capacities of other entities, the equity 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 equity 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 equity 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 equity ratio is calculated over the three (3) most recent available annual reports or financial statements. The information must be provided in section IV.B of the ESPD. Information requirement: The applicant must submit the European Single Procurement Document (hereinafter referred to as ESPD) specifying the following information: − The applicant’s average EBIT margin over the three (3) most recent available annual reports or financial statements. The EBIT margin shall be stated with one (1) decimal. − The applicant’s average equity ratio over the three (3) most recent available annual reports or financial statements. The equity ratio shall be stated with one (1) decimal. The applicant may rely on the economic and/or financial capacity of other entities to meet the suitability requirements in this tender. The entity/entities providing their economic and/or financial capacity to the applicant must sign a letter of support, as further describe in this tender notice. A template for the letter of support is included as an annex to the tender specifications. If the applicant relies on the economic and financial capacity of other entities to meet the suitability requirements, as outlined below, the Contracting Entity requires that the applicant and the relevant entities assume joint and several liability for the performance of the contract. The ESPD serves as preliminary evidence that the applicant meets the suitability requirements in relation to economic and financial capacity. Before the award decision, the tender to whom the Contracting Entity intends to award the contract must provide documentation to confirm that the information in the ESPD is correct. When requested by the Contracting Entity, the following documentation for economic and financial capacity must be submitted: A statement regarding the applicant’s EBIT-margin and equity ratio for the three (3) most recent available annual reports or financial statements. This requirement applies depending on when the applicant was established or began its operations, provided that such figures for the EBIT margin and equity ratio are available. For groups of companies (e.g., such as a consortium), the required information must be provided for each participating company in the group based on the three (3) most recent available annual report or financial statements. If the applicant relies on the economic and financial capacity of other entities (e.g., a parent company, sister company, or subcontractor), the required information must also be submitted for these entities. If the applicant relies on the economic and/or financial capacity of other entities to meet the suitability requirements, the entity or entities providing their economic and/or financial capacity to the applicant must sign a letter of support, as further describe in this tender notice. The template is provided as an annex to the tender specifications. If multiple companies participate together, the applicant must sign a consortium declaration, as further described in the tender specifications. The template is provided as an annex to the tender specifications.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : Minimum Requirement: If there are more than 3 applicants who meet the minimum requirements for economic and financial capacity, DSB will select 3 applicants based on their references. The limitation of applicants invited to submit a tender will be made based on an assessment of which applicants have documented the most relevant delivery of goods covered by the contract. The relevance assessment will be based on the extent to which the references collectively demonstrate experience in delivering goods comparable to the requested main deliveries: 1. Delivery of Control & Audio System 2. Delivery of Internal Route Displays each equally weighted. The Contracting Entity will place particular emphasis on the following in the selection process: - References involving renovation and/or lifetime extension of existing trains. Emphasis will be placed on projects that demonstrate the applicant's ability to integrate new components with the customer's existing systems to a significant extent. This could include integration with an existing TCMS (Train Control Management System) or similar. - References involving the delivery of LCD displays for trains. Emphasis will be placed on whether the applicant has delivered complete displays in enclosures, approved for use in trains and in operation. - References with a train operator as the customer. Emphasis will be placed on references with customers comparable to DSB. Information Requirements: The applicant must therefore submit an ESPD (European Single Procurement Document) specifying the following information: A list of the 3 most significant comparable delivery of goods that the applicant has completed within the last 3 years before the application deadline. The references should include the following information: 1. A description of the delivery of goods provided to the customer. The description should indicate: - How the reference is distributed across the different delivery og goods (items 1-2). - Whether the applicant has integrated new components with the customer's existing system. - Whether the applicant has delivered complete display enclosures for trains and in operation. 2. Start and end dates for the execution of the reference. 3. The financial value of the reference (amount). 4. The name of the customer, along with a description of how the customer is comparable to DSB. 5. A description of the role the applicant had in delivering the services. 6. Contact information for the customer's contact person. Only references related to the deliveries of goods that have been completed at the time of application will be considered. For ongoing deliveries of goods, only the part of the delivery already completed at the time of application will be included in the assessment of the reference. If more than 3 references are submitted, DSB will only consider the 3 latest references. If it cannot be determined which 3 references are the latest, DSB will draw lots among all submitted references. No more than 3 references may be provided, regardless of whether the applicant is a single applicant, relies on the technical and professional capacity of other entities (e.g., a parent company or subsidiary), or is a group of operators (e.g., a consortium). In this tender, the applicant may rely on the technical and/or professional capacity of other entities to meet the suitability requirements, including for the purpose of selection. The entity/entities providing their technical and/or professional capacity to the applicant must sign a declaration of support, as further described in this tender notice. A template is included as an annex to the tender specifications. The ESPD serves as preliminary evidence that the applicant meets the suitability requirements in relation to technical and professional capacity. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation confirming 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 Entity reserves the right to contact the applicant, or the customer specified in the reference to verify the information about the reference, including the timelines provided for the reference.
Use of this criterion : Used
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 : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The sub-criterion "Quality" carries a weight of 60%. The award criterion "Quality," including the allocation of points and evaluation method, is further detailed in the tender evaluation (Annex A - Tender Evaluation).
Criterion :
Type : Price
Name : Price
Description : The sub-criterion "Price" carries a weight of 40%. The award criterion "Price," including the allocation of points and evaluation method, is further detailed in the tender evaluation (Annex A - Tender Evaluation).

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
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
Description of the financial guarantee : Supplier's complete performance of the Agreement shall be subject to a bank guarantee (guarantee in favour of DSB), and no later than thirty (30) Days following the signature of the Agreement.
Deadline for receipt of requests to participate : 30/09/2025 08:00 +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 for social responsibility, as outlined in the conventions underlying the principles of the UN Global Compact and the OECD Guidelines for Multinational Enterprises, to the extent relevant. Additionally, contractual requirements have been established in accordance with ILO Convention 94 on labour clauses in public contracts and Circular No. 9471 of 30 June 2014.Furthermore, the contract includes requirements related to railway safety.If the contract is awarded to a group of economic operators (e.g., a consortium), the participants in the group must assume joint and several liability and appoint a common authorized representative.
Financial arrangement : Reference is made to the requirement for electronic invoicing and the option for electronic ordering in accordance with Consolidation Act No. 798 of 28 June 2007 on Public Payments, as amended. The Consolidation Act 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 Danish Act on the Complaints Board for Public Procurement (Act No. 492 of 12 May 2010, as amended), complaints must be submitted to the Complaints Board for Public Procurement within the following deadlines: A complaint regarding not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. Section 7(1) of the Act, from the day after the contracting authority has sent a notification to the affected applicants about who has been selected, provided the notification includes a justification for the decision in accordance with Section 2(1)(1) of the Act and Section 171(2) of the Danish Public Procurement Act. In other cases, complaints regarding procurement, cf. Section 7(2) of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days from the day after the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract. The deadline is calculated from the day after the publication date of the notice. 2) 30 calendar days from the day after the contracting authority has notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, provided the notification includes a justification for the decision. 3) 6 months from the day after the contracting authority has entered into a framework agreement, calculated from the day after the contracting authority has notified the affected applicants and tenderers, cf. Section 2(2) of the Act and Section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days from the day after the contracting authority has announced its decision, cf. Section 185(2) of the Danish Public Procurement Act. 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 has been submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6(4) of the Act. In cases where the complaint is not submitted during the standstill period, the complainant must also state whether a request for suspensive effect of the complaint is made, cf. Section 12(1) of the Act. The email address of the Complaints Board for Public Procurement is nh@naevneneshus.dk . The Complaints Board for Public Procurement’s guidance on complaints 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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

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 : Amina Ahmed
Telephone : +45 24683569
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : 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 : 1a569a32-0d4c-4140-bee1-33990b7eefe6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/08/2025 07:09 +00:00
Notice dispatch date (eSender) : 29/08/2025 10:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00568125-2025
OJ S issue number : 166/2025
Publication date : 01/09/2025