Train solution - Nærumbanen

The solution includes four Trains, powered by traction batteries and the necessary Charging solution. These new Trains will replace Lokaltog's RegioSprinter trains on Nærumbanen in the Capital Region. In addition to the purchase of 4 Trains, the Supplier must design, build, and install a Charging solution that fits the operational …

CPV: 34000000 Prevozna sredstva in dodatni proizvodi za promet, 34620000 Tirna vozila, 34622000 Železniški in tramvajski potniški vagoni ter trolejbusi, 34630000 Deli tirnih vozil ali vrtljivih podstavkov; oprema za nadzor in upravljanje železniškega prometa, 34631000 Deli lokomotiv ali vrtljivih podstavkov, 34632300 Električne inštalacije v železniškem prometu, 45000000 Gradbena dela, 45213320 Gradbena dela na stavbah, povezanih z železniškim prevozom, 45317200 Elektroinštalacijska dela na transformatorjih, 51111300 Storitve inštalacije transformatorjev, 71320000 Storitve gradbenega projektiranja
Kraj izvršitve:
Train solution - Nærumbanen
Organ za podeljevanje:
Lokaltog A/S
Številka dodelitve:
13e97c44-9fd0-4e32-a2c1-73cc220c6b28

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Train solution - Nærumbanen
Description : The solution includes four Trains, powered by traction batteries and the necessary Charging solution. These new Trains will replace Lokaltog's RegioSprinter trains on Nærumbanen in the Capital Region. In addition to the purchase of 4 Trains, the Supplier must design, build, and install a Charging solution that fits the operational purpose. Furthermore, the Supplier shall deliver an initial package of Components for the Trains, for the Charging station and special tools, as well as 15 years of Spare part supply for the Train solution.
Procedure identifier : 2a6bd198-b0bf-436f-961a-54752b7f0e56
Internal identifier : 13e97c44-9fd0-4e32-a2c1-73cc220c6b28
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 : The Tender Procedure is conducted using a negotiated procedure with prior call for competition in accordance with the Utilities Directive Article 47. This means that only pre-qualified candidates are invited to submit tenders. Lokaltog will invite a maximum of three (3) Tenderers to submit tenders. The contract is awarded to the Tenderer who submits the most economically advantageous tender, following the award criteria outlined in Clause 16 of the tender conditions.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 34622000 Railway and tramway passenger coaches, and trolleybuses
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 34632300 Electrical installations for railways
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45213320 Construction work for buildings relating to railway transport
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

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.4 General information

Additional information : Complaints: Complaints regarding the non-selection of a candidate must be submitted to the Danish Complaints Board for Public Procurement no later than 20 calendar days from the day following the date on which a notification was sent to the affected applicants informing them of the selected candidates. Complaints regarding procurement or decisions subject to the Utilities Directive, which are not covered by the above, must be submitted to the Danish Complaints Board for Public Procurement no later than 45 calendar days after the contracting entity has published a contract award notice in the Official Journal of the European Union. The time limit is calculated from the day following the date of publication of the notice.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
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.
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.
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.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, 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?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching of obligations set under purely national exclusion grounds : The tenderer shall be excluded from participation pursuant to Section 134a of the Danish Public Procurement Act if the tenderer 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 tenderers established in such country. The tenderer 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.
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? Reference is made to Section 135(3) of the Danish Public Procurement Act, which provides: The contracting entity shall exclude an applicant or a tenderer who has unpaid overdue debt of DKK 100,000 or more to public authorities in respect of taxes, duties or contributions to social security schemes under Danish law or the law of the country in which the applicant or tenderer is established.
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? Reference is made to Section 135(3) of the Danish Public Procurement Act, which provides: The contracting entity shall exclude an applicant or a tenderer who has unpaid overdue debt of DKK 100,000 or more to public authorities in respect of taxes, duties or contributions to social security schemes under Danish law or the law of the country in which the applicant or tenderer is established
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Train solution - Nærumbanen
Description : The solution includes four Trains, powered by traction batteries and the necessary Charging solution. These new Trains will replace Lokaltog's RegioSprinter trains on Nærumbanen in the Capital Region. In addition to the purchase of 4 Trains, the Supplier must design, build, and install a Charging solution that fits the operational purpose. Furthermore, the Supplier shall deliver an initial package of Components for the Trains, for the Charging station and special tools, as well as 15 years of Spare part supply for the Train solution.
Internal identifier : 9b27d846-9583-4705-8bcb-5774a4a706fe

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34620000 Rolling stock
Additional classification ( cpv ): 34622000 Railway and tramway passenger coaches, and trolleybuses
Additional classification ( cpv ): 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
Additional classification ( cpv ): 34631000 Parts of locomotives or rolling stock
Additional classification ( cpv ): 34632300 Electrical installations for railways
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45213320 Construction work for buildings relating to railway transport
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 : 1) Additional 10 years of Spare parts supply Lokaltog is entitled to order an additional 10 years of Spare part supply for the Train solution in accordance with the conditions of the contract. 2) Additional package of Components for the Technical installation Lokaltog is entitled to order an additional package of Components in accordance with the conditions of the contract.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 15 Year

5.1.4 Renewal

Maximum renewals : 0

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
Additional information : Complaints: Complaints regarding the non-selection of a candidate must be submitted to the Danish Complaints Board for Public Procurement no later than 20 calendar days from the day following the date on which a notification was sent to the affected applicants informing them of the selected candidates. Complaints regarding procurement or decisions subject to the Utilities Directive, which are not covered by the above, must be submitted to the Danish Complaints Board for Public Procurement no later than 45 calendar days after the contracting entity has published a contract award notice in the Official Journal of the European Union. The time limit is calculated from the day following the date of publication of the notice.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : Minimum requirement: A current ratio of more than 100 % in the two (2) most recent financial years. Lokaltog intends to request that each Tenderer submit documentation demonstrating compliance with the minimum economic and financial standing requirement. The documentation can consist of audited financial statements or excerpts thereof, a separate auditor’s statement, or any other form of auditor-certified documentation confirming the key financial figure above. If the Tenderer is unable to provide documentation for a valid reason, Lokaltog can accept any other form of documentation Lokaltog deems appropriate.
Criterion : Other economic or financial requirements
Description : Minimum requirement: A positive equity calculated as an average of the last three (3) financial years. Lokaltog intends to request that each Tenderer submit documentation demonstrating compliance with the minimum economic and financial standing requirement. The documentation can consist of audited financial statements or excerpts thereof, a separate auditor’s statement, or any other form of auditor-certified documentation confirming the key financial figure above. If the Tenderer is unable to provide documentation for a valid reason, Lokaltog can accept any other form of documentation Lokaltog deems appropriate.
Criterion : References on specified deliveries
Description : References • European deliveries of electrical train, where the deliveries are approved in a country in EU/EEA (max 5 references), and • on electrical installations in railway environments. Either train infrastructure or overhead contactline installations (max 5 references), and/or • Delivery of a complete train solution for both charging infrastructure and Rolling Stock (max 5 references). The minimum requirements of the technical and professional ability are as follows: • One reference for each of the following: • delivered or received an order for at least 5 electrical trains with traction batteries. • achieved homologation of at least 1 train on a Platform for electric train, electric tram or electric tramtrain for a customer in an EU/EEA member state. • electrical installations in railway environments. Either train infrastructure or overhead contact line installations. or one reference regarding: • Delivery of a complete train solution for both charging infrastructure and Rolling Stock Each reference must be no older than five years, counted from the date of application. In Lokaltog’s assessment, extending the permissible age of references to five years is necessary to ensure an adequate level of competition. Selection: Lokaltog will invite 3 Tenderes to submit a tender. If more than 3 suitable requests for prequalification are received, Lokaltog will proceed with a selection from among these tenders. When selecting among the suitable applicants, emphasis will be placed on the extent to which the submitted references demonstrate experience with delivery of the main deliverables covered by the contract, as described in the tender material and the contract notice. The determination of which candidates have provided the most relevant references will be based on an overall assessment of whether the references, taken together, demonstrate a high level of relevant experience
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 3
Information about the second stage of a two-stage procedure :
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 as the tender’s “total evaluation price”, which is the sum of the total prices stated in Appendix 4.1, Appendix 4.2, and Appendix 4.3. Reference is made to the tender conditions clause 17 where the methodology of the evaluation of "Price" is stated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Functionality
Description : Lokaltog will make an overall evaluation of the sub-criterion “functionality” based on the Tenderer’s description in Appendix 3. Reference is made to the tender conditions clause 19.2, where the specific evaluation parameters are stated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Lokaltog will make an overall evaluation of the sub-criterion “quality” based on the Tenderer’s description in Appendix 3. Reference is made to the tender conditions clause 18.2, where the specific evaluation parameters are stated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Organization of the project
Description : When assessing this element, Lokaltog will conduct an overall evaluation of the extent to which the proposed organization and staffing provide an optimal framework for the execution of the project. Reference is made to the tender conditions clause 20.2, where the specific evaluation parameters are stated.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Deadline for requesting additional information : 17/10/2025 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 Supplier must provide a performance bond, a performance guarantee and an advance payment bond, cf. clause 21 of the Contract.
Deadline for receipt of requests to participate : 24/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The Contract, ABT 18 and the appendices regulates the conditions for performance.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Payment of the contract sum is regulated in the Contract clause 21 and appendix 5, milestone 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 : e382fadb-6f00-4464-9fa3-dc8796427b70 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/09/2025 19:12 +00:00
Notice dispatch date (eSender) : 23/09/2025 19:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00627163-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025