Framework Agreement regarding mechanical track renewal, replacement of subballast and ballast cleaning

Framework Agreement regarding mechanical track renewal, replacement of subballast and ballast cleaning divided in to 2 lots. Lot 1 will be used when tasks under the framework agreement includes both replacement of subballast and ballast cleaning. Lot 2 will be used when tasks under the framework agreement does not include …

CPV: 34621200 Železniška vozila za vzdrževanje ali servisiranje, 45230000 Gradbena dela na cevovodih, komunikacijskih in električnih vodih, na daljinskih cestah, cestah, letališčih in železnicah; planiranje, 45234000 Gradbena dela na železniških progah in žičniških transportnih sistemih, 45234100 Gradbena dela na železniških progah, 45234130 Gradbena dela na balastu, 50220000 Storitve popravila, vzdrževanja in pripadajoče storitve, povezane z železniškim prevozom in drugo opremo
Kraj izvršitve:
Framework Agreement regarding mechanical track renewal, replacement of subballast and ballast cleaning
Organ za podeljevanje:
Banedanmark
Številka dodelitve:
2024

1. Buyer

1.1 Buyer

Official name : Banedanmark
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Framework Agreement regarding mechanical track renewal, replacement of subballast and ballast cleaning
Description : Framework Agreement regarding mechanical track renewal, replacement of subballast and ballast cleaning divided in to 2 lots. Lot 1 will be used when tasks under the framework agreement includes both replacement of subballast and ballast cleaning. Lot 2 will be used when tasks under the framework agreement does not include replacement of subballast but includes both track renewal and ballast cleaning. In the case where replacement of subballast is part of a task under the framework agreement the ballast cleaner from lot 1 will be used. If the task also includes track renewal only the track renewal machine from lot 2 will be used in combination with lot 1. In the case where tasks under the framework agreement only includes ballast cleaning lot 2 will be used.
Procedure identifier : 2c4f375e-6658-47a9-a94c-7df35561b310
Previous notice : 120738-2024
Internal identifier : 2024
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 :

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34621200 Railway maintenance or service vehicles
Additional classification ( cpv ): 45234000 Construction work for railways and cable transport systems
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234130 Ballast construction works
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 4 100 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Lot 1: The revised estimated value of Lot 1 is 373.747.797,92 DKK. The maksimum value of lot 1 is 2.300.000.000 DKK. Lot 2: The revised estimated value of Lot 2 is 332.485.714 DKK. The maksimum value of lot 2 is 1.800.000.000 DKK. Due to a technical system error, it is stated that the award was made based on an existing framework agreement. This i not the case. This notice concerns the award of two new framework agreements.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1: Framework Agreement regarding replacement of subballast and ballast cleaning
Description : The lot overall covers replacement of subballast and ballast cleaning with larger machinery and related works. The related works includes among others welding works, soil works, tamping including 1 year tamping, trench regulation, handling and disposal of residues, soil and subballast. Related to the works, services is also a part of the lot. This includes resources such as an project manager and construction manager(s) related to the works mentioned above. Further the lot covers administration-services related to mobilization, work areas/sites, construction site facilities and coordination of occupational safety and health. The lot also covers services related to planning of the works mentioned above. The works mentioned above is expected to be carried out at the earliest in 2027. Though shortly after signing the Contractor have to be involved in the planning of the works in cooperation with Banedanmark.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34621200 Railway maintenance or service vehicles
Additional classification ( cpv ): 45234000 Construction work for railways and cable transport systems
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234130 Ballast construction works
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Banedanmark can extend the framework agreement 2 times for up to 2 years at a time.

5.1.5 Value

Estimated value excluding VAT : 1 600 000 000 Danish krone
Maximum value of the framework agreement : 4 100 000 000 Danish krone

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 : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen - “the Danish Implementing Order”). In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements, including for the purpose of selection. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135 and 136 of the Danish Public Procurement Act, cf. section 11(1), para. (1) of the Danish Implementing Order, unless the candidate has sub-mitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Danish Implementing Order. Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must provide documentation of the information submitted in the ESPD pursuant to sections 150-155, cf. section 12 of the Danish Implementing Order. 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 in an official list of approved economic operators, see section 156, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety. The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. (reference is made to Article 5k, section 1, for the exact delimitation of the actors covered by the prohibition). The contracting entity may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. For information on the process of the negotiations, reference is made to the tender specifications. The Contracting Entity will pay no remuneration for participating. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The uncertainty is among others due to the lack of complete knowledge regarding future projects covered by the framework agreement, which are decided through political processes. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement (lot), whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement (lot). This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are guaranteed a minimum turnover under the framework agreement. Though the estimated value does not constitute the minimum turnover. The successful tenderer is guaranteed a minimum turnover as set out below: 2027: DKK 100.000.000 2028: DKK 100.000.000 2029: DKK 100.000.000 2030: DKK 100.000.000 2031: DKK 100.000.000 2032: DKK 100.000.000 The minimum turnover set out above is not valid if the Framework Agreement is terminated or not extended as regards to the years 2029-2032. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The lowest price based on "Total offer price" in the Bill of Quantities.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure : Banedanmark -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation executing the payment : Banedanmark
Organisation signing the contract : Banedanmark

5.1 Lot technical ID : LOT-0002

Title : Lot 2: Framework Agreement regarding mechanical track renewal and ballast cleaning
Description : The lot overall covers track renewal and ballast cleaning with larger machinery and related works. The work includes among others welding works, related track works (straightening ballast shoulders and sideways track relocation), tamping including 1 year tamping, trench regulation, handling and disposal of residues, soil and subballast. Related to the works, services is also a part of the lot. This includes resources such as an project manager and construction manager(s) related to the works mentioned above. Further the lot covers administration-services related to mobilization, work areas/sites, construction site facilities and coordination of occupational safety and health. The lot also covers services related to planning of the works mentioned above. The works mentioned above is expected to be carried out at the earliest in 2027. Though shortly after signing the Contractor have to be involved in the planning of the works in cooperation with Banedanmark.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 34621200 Railway maintenance or service vehicles
Additional classification ( cpv ): 45234000 Construction work for railways and cable transport systems
Additional classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 45234130 Ballast construction works
Additional classification ( cpv ): 50220000 Repair, maintenance and associated services related to railways and other equipment

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Banedanmark can extend the framework agreement 2 times for up to 2 years at a time.

5.1.5 Value

Estimated value excluding VAT : 1 200 000 000 Danish krone
Maximum value of the framework agreement : 706 233 511,92 Danish krone

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 : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14 The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen - “the Danish Implementing Order”). In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements, including for the purpose of selection. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135 and 136 of the Danish Public Procurement Act, cf. section 11(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Danish Implementing Order. Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must provide documentation of the information submitted in the ESPD pursuant to sections 150-155, cf. section 12 of the Danish Implementing Order. 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 in an official list of approved economic operators, see section 156, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety. The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. (reference is made to Article 5k, section 1, for the exact delimitation of the actors covered by the prohibition). The contracting entity may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. For information on the process of the negotiations, reference is made to the tender specifications. The Contracting Entity will pay no remuneration for participating. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The uncertainty is among others due to the lack of complete knowledge regarding future projects covered by the framework agreement, which are decided through political processes. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement (lot), whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement (lot). This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are guaranteed a minimum turnover under the framework agreement. Though the estimated value does not constitute the minimum turnover. The successful tenderer is guaranteed a minimum turnover as set out below: 2027: DKK 80.000.000 2028: DKK 80.000.000 2029: DKK 80.000.000 2030: DKK 80.000.000 2031: DKK 80.000.000 2032: DKK 80.000.000 The minimum turnover set out above is not valid if the Framework Agreement is terminated or not extended as regards to the years 2029-2032. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The lowest price based on "The total offer price" in the Bills of Quantities.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure : Banedanmark -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation executing the payment : Banedanmark
Organisation signing the contract : Banedanmark

6. Results

Value of all contracts awarded in this notice : 706 233 511,92 Danish krone
Maximum value of the framework agreements in this notice : 4 100 000 000 Danish krone
Approximate value of the framework agreements : 706 233 511,92 Danish krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 300 000 000 Danish krone
Re-estimated value of the framework agreement : 373 747 797,92 Danish krone

6.1.2 Information about winners

Winner :
Official name : Swietelsky Rail Danmark ApS
Tender :
Tender identifier : Lot 1: Framework Agreement regarding replacement of subballast and ballast cleaning - Swietelsky Rail Danmark ApS
Identifier of lot or group of lots : LOT-0001
Value of the tender : 373 747 797,92 Danish krone
The tender is a variant : no
Country of origin of the product or the service : Denmark
Contract information :
Identifier of the contract : Lot 1: Framework Agreement regarding replacement of subballast and ballast cleaning - Swietelsky Rail Danmark ApS
Title : Lot 1: Framework Agreement regarding replacement of subballast and ballast cleaning
Date on which the winner was chosen : 03/04/2025
Date of the conclusion of the contract : 22/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 120738-2024
Organisation signing the contract : Banedanmark

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
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 from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 0
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
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 800 000 000 Danish krone
Re-estimated value of the framework agreement : 332 485 714 Danish krone

6.1.2 Information about winners

Winner :
Official name : Swietelsky Rail Danmark ApS
Tender :
Tender identifier : Lot 2: Framework Agreement regarding mechanical track renewal and ballast cleaning - Swietelsky Rail Danmark ApS
Identifier of lot or group of lots : LOT-0002
The tender is a variant : no
Country of origin of the product or the service : Denmark
Contract information :
Identifier of the contract : Lot 2: Framework Agreement regarding mechanical track renewal and ballast cleaning - Swietelsky Rail Danmark ApS
Date on which the winner was chosen : 03/04/2025
Date of the conclusion of the contract : 22/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Banedanmark

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
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 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
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Banedanmark
Registration number : 18632276
Department : Danmark
Postal address : Carsten Niebuhrs Gade 43
Town : København V
Postcode : 1577
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 82340000
Internet address : https://www.bane.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +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) : Københavns omegn ( DK012 )
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 : Swietelsky Rail Danmark ApS
Registration number : 39087502
Postal address : Østergade 17B
Town : Glumsø
Postcode : 4171
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Telephone : +45 40408658
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : 9165ce49-710c-4f6d-afad-5b93698d4b92 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 21/05/2025 13:56 +00:00
Notice dispatch date (eSender) : 21/05/2025 14:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00334553-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025