Charging Infrastructure at Hårlev Station

The Contractor undertakes to design and perform a full charging infrastructure system com-patible with the battery-powered rolling stock described in Contract appendix 1, Requirements Specification. The Contract includes a complete power supply infrastructure and overhead contact line sys-tem, to be able to perform dynamic and static charging for battery trains: …

CPV: 45000000 Roboty budowlane, 34632300 Kolejowe instalacje elektryczne, 45213320 Roboty budowlane w zakresie budowy obiektów budowlanych związanych z transportem kolejowym, 45234160 Roboty budowlane w zakresie zawieszeń łańcuchowych, 45317200 Instalowanie transformatorów elektrycznych, 51111300 Usługi instalowania transformatorów, 71320000 Usługi inżynieryjne w zakresie projektowania
Miejsce wykonania:
Charging Infrastructure at Hårlev Station
Miejsce udzielenia zamówienia:
Lokaltog A/S
Numer nagrody:
41036

1. Buyer

1.1 Buyer

Official name : Lokaltog A/S
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Charging Infrastructure at Hårlev Station
Description : The Contractor undertakes to design and perform a full charging infrastructure system com-patible with the battery-powered rolling stock described in Contract appendix 1, Requirements Specification. The Contract includes a complete power supply infrastructure and overhead contact line sys-tem, to be able to perform dynamic and static charging for battery trains: Hårlev Station • Overhead contact line system covering the three main tracks at the station • 50/25KV transformer solution to ensure power to the overhead contact line system • Detailed design • 400V power to train maintenance systems and heating and cleaning • Safety and interoperability approval • All necessary cable works on the station including cable trays • Immunization of the station signaling systems • Low voltage: Replacement of existing electrical panels with Class II panels • Earthing & bonding the station and staging area, and creating new cable routes • Test and Commissioning including handover to operation • SCADA system • Maintenance and operation of the SCADA system
Procedure identifier : afa11b97-3aac-4b68-9c6b-12bc85aa9dd2
Internal identifier : 41036
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Reference is made to the tender conditions. This tender is carried out as a negotiated procedure. Lokaltog will pre-qualify a maximum of 3 applicants (The term 'bidder' as used in these tender conditions refers to both applicants and bidders), who are invited to submit a bid. The tender phase consists of the submission of an indicative offer (INDO) and a subsequent negotiation between Lokaltog and the bidders. A best and final offer (BAFO) is submitted after the negotian and a final deadline for submission will be set. Lokaltog reserves the right to ask for the submission of additional INDO's.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34632300 Electrical installations for railways
Additional classification ( cpv ): 45213320 Construction work for buildings relating to railway transport
Additional classification ( cpv ): 45234160 Catenary's construction works
Additional classification ( cpv ): 45317200 Electrical installation work of transformers
Additional classification ( cpv ): 51111300 Installation services of transformers
Additional classification ( cpv ): 71320000 Engineering design services

2.1.2 Place of performance

Postal address : Hårlev stationsvej 1
Town : Hårlev
Postcode : 4652
Country subdivision (NUTS) : Østsjælland ( DK021 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 14 700 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
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).
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.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
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.
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, and d) 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?
Purely national exclusion grounds : The bidder shall be excluded from participation pursuant to Section 134a of the Danish Public Procurement Act if the bidder is established in a country that is listed on the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements obligating Denmark to open its public procurement market to bidders established in such country. The bidder shall also be excluded if the bidder is subject to the prohibition against the award of public contracts under EU Regulation 576/2022, which, among other things, applies to Russian nationals or natural or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the full wording and scope of the provision.
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.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
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?
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.
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 : Charging Infrastructure at Hårlev Station
Description : The Contractor undertakes to design and perform a full charging infrastructure system com-patible with the battery-powered rolling stock described in Contract appendix 1, Requirements Specification. The Contract includes a complete power supply infrastructure and overhead contact line sys-tem, to be able to perform dynamic and static charging for battery trains: Hårlev Station • Overhead contact line system covering the three main tracks at the station • 50/25KV transformer solution to ensure power to the overhead contact line system • Detailed design • 400V power to train maintenance systems and heating and cleaning • Safety and interoperability approval • All necessary cable works on the station including cable trays • Immunization of the station signaling systems • Low voltage: Replacement of existing electrical panels with Class II panels • Earthing & bonding the station and staging area, and creating new cable routes • Test and Commissioning including handover to operation • SCADA system • Maintenance and operation of the SCADA system
Internal identifier : 41036

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 34632300 Electrical installations for railways
Additional classification ( cpv ): 45213320 Construction work for buildings relating to railway transport
Additional classification ( cpv ): 45234160 Catenary's construction works
Additional classification ( cpv ): 45317200 Electrical installation work of transformers
Additional classification ( cpv ): 51111300 Installation services of transformers
Additional classification ( cpv ): 71320000 Engineering design services
Options :
Description of the options : the tender has the following options: • SCADA maintenance and operation for an additional period of 2 years • Option of adding an additional charging infrastructure to the SCADA system

5.1.2 Place of performance

Postal address : Hårlev stationsvej 1
Town : Hårlev
Postcode : 4652
Country subdivision (NUTS) : Østsjælland ( DK021 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 14 700 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 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: Current ratio for the two most recent financial years, calculated as: (current assets x 100) / current liabilities = current ratio (%). The minimum requirement of the economic and financial standing is as follows: A current ratio of more than 100 % in both of the most recent financial years.
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 : For works contracts: performance of works of the specified type
Description : At least one (1) and no more than five (5) references from relevant works contracts initiated or completed within the past five years, as described in the contract notice. It is a minimum requirement that the bidder through one or more of the submitted reference demonstrates experience with: • Overhead contact line systems, and • Railway infrastructure works.
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 : 2
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 : Price
Name : Price
Description : "Price" is evaluated based on the bid’s “Total Pricesum” as specified in the price list (Contract appendix 4). Reference is made to tender conditions clause 10.2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Solution description
Description : Reference is made to the tender conditions clause 10.3. The bidder's solution description must address the technical aspects set out in Annex H, Technical Solution Description. The bidder’s response to the technical aspects set out in Annex H is to obtain the bidder’s position on how the requirements of the tender documents are proposed to be fulfilled.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Organization of the project and competencies
Description : Reference is made to the tender conditions clause 10.4. The evaluation of the sub-criterion is based on the bidder’s organizational chart and the submitted CVs.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 16/06/2025
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
Description of the financial guarantee : The Contractor must provide a performance bond as security for the performance of the Con-tractor’s obligations to Lokaltog no later than 30 working days after the conclusion of the con-tract. Reference is made to the Contract clause 12.
Deadline for receipt of requests to participate : 02/06/2025 22:01 +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 : Reference is made to the tender material, specifically the Contract with appendices.
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Reference is made to the tender material, including the Contract, Contract appendix 4 (price list) and Contract appendix 5 (master programme and payment plan).

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 -
Organisation providing additional information about the procurement procedure : Lokaltog A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Lokaltog A/S -
Organisation processing tenders : Lokaltog A/S -

8. Organisations

8.1 ORG-0001

Official name : Lokaltog A/S
Registration number : 26 15 90 40
Postal address : Thistedgade 10
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Niels Kristian Juhl
Telephone : 60751964
Internet address : https://www.lokaltog.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

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 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
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 : 2f27ba63-e6cc-49d6-be99-cc9251f34a66 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 11:05 +00:00
Notice dispatch date (eSender) : 02/05/2025 11:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00287491-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025