Negotiated procedure for more Trains to Aarhus Letbane

The Contracting Authority has decided to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include among others changes in the requirements for activation of options as well as the requirements for the Supplier in …

CPV: 34622000 Željeznički i tramvajski putnički vagoni i trolejbusi, 34600000 Željezničke i tramvajske lokomotive i vagoni i pripadajući dijelovi, 34620000 Vagoni, 50221000 Usluge popravaka i održavanja lokomotiva, 63711000 Prateće usluge u željezničkom prometu
mjesto izvršenja:
Negotiated procedure for more Trains to Aarhus Letbane
registar:
Aarhus Letbane I/S
nagradni broj:
More Trains for Aarhus Letbane

1. Buyer

1.1 Buyer

Official name : Aarhus Letbane I/S
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Negotiated procedure for more Trains to Aarhus Letbane
Description : The Contracting Authority has decided to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include among others changes in the requirements for activation of options as well as the requirements for the Supplier in relation to Customer provided equipment. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity. The Contracting Authority wants an open, transparent and positive dialogue with all Tenderers. If any questions about the above should arise, please do not hesitate to contact the Contracting Authority ______________________________________________________ The Customer is experiencing a huge passenger growth. Especially on the single-track line from Grenaa to Aarhus. As the frequency of the traffic cannot be increased due to the single-track infrastructure, the Customer wants to increase the capacity by purchasing longer Trains with the specific characteristics needed for the 100 km/h single track line. The Trains will increase the number of seats on the majority of departures of the Grenaa-line, and by transferring the existing vehicles to other services also support an increase in capacity and frequency in other parts of the Aarhus LRT, the new Trains are expected to have a lifespan corresponding to the maximum term of the Contract incl. extensions. The Customer expects to purchase eight (8) Trains, possible up to 20 Trains (12 Trains as option)
Procedure identifier : 27b699ff-5801-400c-965c-993d6685173f
Previous notice : 5280d2f1-0ced-4a74-8454-651dc4f259b3-01
Internal identifier : More Trains for Aarhus Letbane
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34622000 Railway and tramway passenger coaches, and trolleybuses
Additional classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 50221000 Repair and maintenance services of locomotives
Additional classification ( cpv ): 63711000 Support services for railway transport

2.1.2 Place of performance

Town : Aarhus C
Postcode : 8000
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information : The Trains shall be delivered in Aarhus.

2.1.4 General information

Call for competition is terminated
Additional information : The Contracting Authority has decided to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include among otherschanges in the requirements for activation of options as well as the requirements for the Supplier in relation to Customer provided equipment. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity. The Contracting Authority wants an open, transparent and positive dialogue with all Tenderers. If any questions about the above should arise, please do not hesitate to contact the Contracting Authority
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Negotiated procedure for more Trains to Aarhus Letbane
Description : The Contracting Authority has decided to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include among others changes in the requirements for activation of options as well as the requirements for the Supplier in relation to Customer provided equipment. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity. The Contracting Authority wants an open, transparent and positive dialogue with all Tenderers. If any questions about the above should arise, please do not hesitate to contact the Contracting Authority ______________________________________________________ The Customer is experiencing a huge passenger growth. Especially on the single-track line from Grenaa to Aarhus. As the frequency of the traffic cannot be increased due to the single-track infrastructure, the Customer wants to increase the capacity by purchasing longer Trains with the specific characteristics needed for the 100 km/h single track line. The Trains will increase the number of seats on the majority of departures of the Grenaa-line, and by transferring the existing vehicles to other services also support an increase in capacity and frequency in other parts of the Aarhus LRT, the new Trains are expected to have a lifespan corresponding to the maximum term of the Contract incl. extensions. The Customer expects to purchase eight (8) Trains, possible up to 20 Trains (12 Trains as option)
Internal identifier : More Trains for Aarhus Letbane

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34622000 Railway and tramway passenger coaches, and trolleybuses
Additional classification ( cpv ): 34600000 Railway and tramway locomotives and rolling stock and associated parts
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 50221000 Repair and maintenance services of locomotives
Additional classification ( cpv ): 63711000 Support services for railway transport
Options :
Description of the options : The Tenderer shall cf. the Contract section 4.3, offer the following options: - Possibility to purchase up to 12 additional trains within 24 months after signing the contract - Additional cost if additional trains are ordered in the time period between 24 months from signing the contract and until no later than 36 months after Final handover. - Battery solution for all Trains purchased under this contract. The options are priced separately, cf. Appendix 8 – Remuneration, remuneration element C and D. Aarhus Letbane I/S can choose to activate the options. The activation will happen no later than the specified time in the contract section 4.3 for each of the options.

5.1.2 Place of performance

Town : Aarhus C
Postcode : 8000
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information : The Trains shall be delivered in Aarhus.

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 264
Other information about renewals : The Contract shall without notice expire eight (8) years after the Milestone FHO. The Customer may extend the Contract further by up to 264 months (additional 22 years) with up to 48 months (4 years) at a time.

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The Contracting Authority has decided to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include among otherschanges in the requirements for activation of options as well as the requirements for the Supplier in relation to Customer provided equipment. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity. The Contracting Authority wants an open, transparent and positive dialogue with all Tenderers. If any questions about the above should arise, please do not hesitate to contact the Contracting Authority

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price consist of: - Initial purchase - Operational cost - Options for purchase of additional 12 trains - Option for Battery solution - Cost for battery solution for additional Trains The sub-criterion ‘price’ will be assessed on the basis of the answers provided by the Tenderer when filling in Appendix 7 – Tender List. The evaluation will be based on the Tenderer’s stated prices, exclusive of VAT, but inclusive of all other costs. The total evaluation price is automatically added up in Appendix 7 – Tender List, sheet 2: Pricelist. The total evaluation price consists of five (5) elements, each included with the percentage mentioned in Tender conditions, section 5.3. 1. Initial purchase: (is included with 100% of the price in the total evaluation price) The evaluation price element “Initial purchase” consist of the following three (3) prices: • 1) Price for eight (8) trains, • 2) price for initial purchase of components and • 3) price for initial purchase of special tools. 2. Operational cost (is included with 100% of the price in the total evaluation price) The evaluation price element “Operational cost” consist of the following five (5) prices: • 1) the cost of hourly maintenance for eight (8) trains in a period of eight (8) years, • 2) spare parts for preventive maintenance for eight (8) trains in a period of eight (8) years, • 3) Cost of energy consumption for eight (8) trains in a period of eight (8) years and • 4) the price for technical support (yearly fee) • 5) as well as an hourly fee times 500 hours, per year for a period of eight (8) years. 3. Option for purchase of additional 12 trains (is included with 25% of the price in the total evaluation price) The evaluation price element “option for purchase of additional 12 trains” consist of the following two (2) prices: • 1) price for additional 12 trains and • 2) Additional price for one (1) order, ordered later than 24 months after signing the contract. 4. Option for battery solution (is included with 25% of the price in the total evaluation price) The evaluation price element “Option for battery solution” consist of the following seven (7) prices • 1) Additional price for trains for activation of the option for eight (8) trains • 2) Price for initial purchase of components and storage of such in a period of eight (8) years • 3) Annual fee for storage of battery package • 4) Price for additional special tools as a part of the initial purchase • 5) additional cost of hourly maintenance for eight (8) trains in a period of eight (8) years if option is activated • 6) Additional cost for spare parts for preventive maintenance for eight (8) trains in a period of eight (8) years if option is activated, • 7) Additional cost of energy consumption for eight (8) trains in a period of eight (8) years if option is activated. 5. Cost for battery solution for additional Trains (is included with 25% of the price in the total evaluation price) The evaluation price element “Cost for battery solution for additional Trains” consist of the following one (1) price 1) Cost for battery solution for twelve (12) additional Trains The options (element 3-5) are only included with 25% each of the offered prices, in the calculation for total evaluation price, based on the probability of activation of these. The evaluation model used for the sub-criterion ‘Price’ is described below. Primary evaluation model The total evaluation prices will be evaluated relatively and based on a linear score model from 0 – 10 points. The ‘lowest total evaluation price’ among the compliant tenders cf. tender conditions, section 5.1, is awarded 10 points. A total evaluation price equal to the ‘lowest total evaluation price’ plus 20 % or above will be awarded 0 points, however, subject to the use of the below secondary and tertiary evaluation models if the conditions for this have been met. Other total evaluation prices are awarded points based on the following formula: Z= (The tenders total evaluation price−Lowest total evaluation price)/ Lowest total evaluation price The tenders score= Maximum score-maximum score* (Z/X) where X is thus set at 20% If the following secondary or tertiary evaluation model is used, the above formula is adjusted accordingly. The awarded points will be multiplied by the weighting of the price sub-criterion in the overall evaluation. Secondary evaluation model If it is ascertained that the total evaluation price of one or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 20 %, X is fixed at 40 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 40 % or more will thus be awarded 0 points. Tertiary evaluation model If it is ascertained that the total evaluation price of one or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 40 %, X will be increased by 10% until all compliant tenders can be contained or until X amounts to 100%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus the increased value up to 100% will thus be awarded 0 points.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : Sub-sub-criteria to Quality: Construction weight 40% Passengers comfort weight 40% Drivers Cabs weight 10% Method of collaboration with the manufacturers of Customer provided equipment weight 10% The sub-criterion Quality will be evaluated on the basis of the below mentioned sub-sub criteria and the answers provided by the Tenderer in Appendix 10 – Solution description. Sub-sub criterion “Construction” The Sub-sub-criterion will be evaluated based on the tenderers’ answers for: - Appendix 10 – Solution description, section 2 An overview of what the Contracting Authority regard as positive in the evaluation can be found in Appendix 10 – Solution description, section 2. Evaluation method: - Tenders are evaluated in accordance with an absolute model, cf. the points scale in Tender conditions, section 5.3.1. - The Contracting Authority will make an overall assessment of the sub-sub-criterion. The evaluation parameters will be based on different levels of importance for the Contracting Authority. It will be specified if the parameter is Very important, Important or Normal. Very important parameters will always be evaluated higher than Important parameters. Important parameters will always be evaluated higher than Normal parameters. - The Contracting Authority will assess whether the answer appears well-documented and binding. Sub-sub criterion “Passengers’ comfort” The Sub-sub-criterion will be evaluated based on the tenderers’ answers for: - Appendix 10 – Solution description, section 3 An overview of what the Contracting Authority regard as positive in the evaluation can be found in Appendix 10 – Solution description, section 3. Evaluation method: - Tenders are evaluated in accordance with an absolute model, cf. the points scale in Tender conditions, section 5.3.1. - The Contracting Authority must make an overall assessment of the sub-sub-criterion. The evaluation parameters will be based on different levels of importance for the Contracting Authority. It will be specified if the parameter is Very important, Important or Normal. Very important parameters will always be evaluated higher than Important parameters. Important parameters will always be evaluated higher than Normal parameters. - The Contracting Authority will assess whether the answer appears well-documented and binding. Sub-sub criterion “Drivers Cabs” The Sub-sub-criterion will be evaluated based on the tenderers’ answers for: - Appendix 10 – Solution description, section 4 An overview of what the Contracting Authority regard as positive in the evaluation can be found in appendix 10 – Solution description, section 4. Evaluation method: - Tenders are evaluated in accordance with an absolute model, cf. the points scale in Tender conditions, section 5.3.1. -The Contracting Authority will make an overall assessment of the sub-sub-criterion. - The Contracting Authority will assess whether the answer appears well-documented and binding. Sub-sub criterion “Method of collaboration with the manufacturers of Customer Provided equipment” The Sub-sub-criterion will be evaluated based on the tenderers’ answers for: - Appendix 10 – Solution description, section 5 An overview of what the Contracting Authority regard as positive in the evaluation can be found in appendix 10 – Solution description, section 5. Evaluation method: - Tenders are evaluated in accordance with an absolute model, cf. the points scale in Tender conditions section 5.3.1. -The Contracting Authority will make an overall assessment of the sub-sub-criterion. -The Contracting Authority will assess whether the answer appears well-documented and binding.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

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 : Complains must be filed with The Complaints Board for Public Procurement within: 1) Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. 2) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 3) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 4) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision . 5) 20 calendar days starting the day after the contracting authority has notified about its decision, cf. the Public Procurement Act, section 185, subsection 2, 2nd sentence. The Complaints Board for Public Procurement's own complaints guide can be found at www.naevneneshus.dk.
Organisation providing additional information about the procurement procedure : Aarhus Letbane I/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Aarhus Letbane I/S
Registration number : 34704724
Postal address : Thomas Koppels Gade 311
Town : Aarhus C
Postcode : 8000
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Elisabeth Hansen
Telephone : 53360036
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) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for udbud
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
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://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 : 8694f35e-2640-4564-82eb-f2f16f49a532 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/09/2025 11:29 +00:00
Notice dispatch date (eSender) : 08/09/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00588074-2025
OJ S issue number : 172/2025
Publication date : 09/09/2025