Type of document:
Country: Denmark
OJEU Ref: (2025/S 136-00471641/EN)
Nature of contract:
00471641-2025 – Competition
Denmark – 60210000 – O&M contract
1. Buyer
1.1. Buyer
Official name: Metroselskabet I/S
Legal type of the buyer: Body governed by public law
Activity of the contracting authority: General public services
2. Procedure
2. Procedure
2.1. Procedure
Title: O&M contract
Description: The Contract comprises the operation and maintenance of the complete system of the Copenhagen Metro, metro lines M1, M2, M3 and M4 (the “O&M contract”). The lines span over 44 stations (30 underground stations and 14 above ground stations) and approximately 40 kilometres doubletrack in the Copenhagen area. The metro system operates 24/7 with a varying headway throughout the day. Currently, the metro has approximately 2 million passengers per week on average. This figure is expected to increase in the coming years. The metro is a fully automated and driverless, GoA4 system, it consists of two separated systems; M1/M2 and M3/M4 each with own control and maintenance center and is operated without any operator staff (e.g. stewards) on the trains. The O&M contract comprises a mobilisation period of approximately 9-12 months after the signing of the O&M contract and prior to the start of the operation period. In the operation period the winning tenderer (the “O&M Provider”) will handle all operation and the majority of maintenance of the complete metro system. At the start of the operation period the assets that are owned by the contracting entity, Metroselskabet I/S (“Metroselskabet”), will be made the available to the O&M Provider. The assets include e.g.: • Tunnels and structures, including stations, transfer areas / tunnels, shafts, bridges and embankments • Railway infrastructure, including power supply, traction power, permanent way, ATC system, platform screen doors, automatic platform gates, passenger security and information systems, SCADA, access control systems and intrusion detection systems, radio communication systems and transmission systems, passenger-counting system, and the equipment related to the Rejsekort (travel card) system and ticketing system • Electrical and mechanical installations and equipment in tunnels, structures, stations, transfer areas / tunnels, shafts and CMC, including ventilation • Passenger vehicles and service vehicles • Escalators • Control and Maintenance Center, including outdoor areas • Documentation, manuals and procedures • IT systems and programmes forming part of the metro system • Certain management systems • Movables • Consumables (a smaller amount is expected to be available at commencement of the O&M contract) • Spare parts (a smaller amount is expected to be available at commencement of the O&M contract). Additionally, as further described in the tender material, spare parts to certain systems will be available via a contract which Metroselskabet has entered into separately. The O&M Provider is expected to be entrusted with the full responsibility for the daily operation and the majority of the maintenance of assets forming part of the metro system, including provision of spare parts and consumables. The O&M Provider’s services, tasks, etc. under the O&M contract are, on an overall level, expected to include, but not be limited to: – Traffic operations, including operation of traffic systems and staffing. – Passenger services, e.g. traffic information and customer service. – Maintenance of assets, including preventive maintenance, corrective maintenance, provision of spare parts, obsolescence management, cleaning, maintenance optimisation, etc. – Information technology services, including cyber security. – Ticketing and passenger counting. – Communication based on communication plans and strategies. – Organisation and management services, e.g. human ressource management, management of additional services, management of third-party works, technology management, data management, quality management, configuration management, railway safety management, operational railway access management, security and resilience management, occupational health and safety management (OHS), environmental management energy and carbon management and risk management. – Reporting, planning, documentation, etc., including e.g. delivery of various reports at certain intervals, provision of other information, and compilation, updating and maintenance of documentation. – Services in the mobilisation phase and in connection with the expiry of the O&M contract (demobilization), including certain transitional services to assist in the mobilisation of a potential new O&M Provider. In addition, the O&M Provider may be requested to perform additional tasks and projects in relation to the metro system, e.g. development / improvement of assets, on an optional basis. Furthermore, the O&M Provider may be requested to participate in and provide services / deliverables in relation to a number of larger investment / reinvestment projects and other third-party projects in relation to the metro system during the O&M contract period that are expected to be subject to separate procurements / contracts. These projects are expected to include replacement of rolling stock and signaling for the M1 and M2. The Danish Transfer of Undertakings Act (Act no. 710 of 20 August 2002 on the rights of employees in connection with transfer of undertaking as amended) applies to this contract. This entails that employees of the current O&M provider and subcontractors will transfer to the O&M Provider on the same terms as the employees were employed by the current O&M provider and subcontractors pursuant to the provisions in the Danish Transfer of Undertakings Act subsequent to the O&M Provider’s commencement of operation and maintenance of the Copenhagen Metro M1-M4. The duration of the O&M contract is expected to be 12 years (excluding the mobilisation period) with options for extension for a total of 3 years. After the expiry of the operation periode, the O&M Provider must, to a limited extent, provide assistance to Metroselskabet and/or to a potential new O&M provider in relation to the operation and maintenance of the Metro.
Procedure identifier: ba44f63d-7806-4eb8-8d78-35f21e2259b1
Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated: false
2.1.1. Purpose
Main nature of the contract: services
Main classification (cpv): 60210000 Public transport services by railways.
Additional classification (cpv):
50220000 Repair, maintenance and associated services related to railways and other equipment. 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment.
2.1.2 Place of performance
Town: København S
Postcode: 2300
NUTS: DK011
Country: Denmark
2.1.3 Value
Estimated value excluding VAT: 2400000000 EUR
2.1.4. General information
Legal basis: 32014L0025
2.1.6. Grounds for exclusion:
:
: Cf. section 135(1) para. 1 of the Danish Public Procurement Act
: Cf. section 135(1) para. 2 of the Danish Public Procurement Act
: Cf. section 135(1) para. 3 of the Danish Public Procurement Act
: Cf. section 135(1) para. 4 of the Danish Public Procurement Act
: Cf. section 135(1) para. 5 of the Danish Public Procurement Act
: Cf. section 135(1) para. 6 of the Danish Public Procurement Act
: Cf. section 135(3) of the Danish Public Procurement Act
: Cf. section 136 para.1 of the Danish Public Procurement Act
: Cf. section 136 para. 3 of the Danish Public Procurement Act
: Cf. section 136 para. 4 of the Danish Public Procurement Act
: Cf. section 137(1) para. 3 of the Danish Public Procurement Act
: Cf. section 136 para. 2 of the Danish Public Procurement Act
5. Lot
5.1. Lot: LOT-0001
Title: O&M contract
Description: See section 2.1 – Description.
5.1.1. Purpose
Main nature of the contract: services
Main classification (cpv): 60210000 Public transport services by railways.
Additional classification (cpv): 50220000 Repair, maintenance and associated services related to railways and other equipment. 34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment.
5.1.2. Place of performance
Postal address:
Town:
Postcode:
Country subdivision (NUTS): DK011
Country: Denmark
5.1.3. Estimated duration
Duration: 15 YEAR
5.1.6. General information
Reserved participation: Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is not covered by the Government Procurement Agreement (GPA).
false
5.1.7. Strategic procurement
5.1.9. Selection criteria
Criterion:
Description: The equity at the end of the latest financial year available. The candidate must submit the European Single Procurement Document (“ESPD”) with the following information: The candidate’s equity in the latest financial year available. The candidate may rely on the economic and financial capacity of other entities to fulfil the suitability requirements. The entity/entities making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the Instructions to Tenderers. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by Metroselskabet to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the Metroselskabet’s request, the following documentation of economic and financial capacity must be submitted: The candidate’s balance sheets or extracts from balance sheets in the latest annual report/financial statement available if publication of the balance sheets is required under law in the country in which the candidate is established, or other documentation of the size of the equity. For groups of operators (e.g., a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a positive equity is required in the latest financial year available. If the tenderer relies on the capacities of other entities, the equity is to be calculated as the total equity of the candidate and such other entities in the latest financial year available. For groups of operators (e.g., a consortium), the equity is calculated as the total equity of the operators in the latest financial year available. The information is to be stated in section IV.B of the ESPD.
Criterion:
Description: The total annual turnover in each of the three latest financial year(s). The candidate must submit the European Single Procurement Document (“ESPD”) with the following information: The candidate’s total annual turnover in the three latest financial years available. The candidate may rely on the economic and financial capacity of other entities to fulfil the suitability requirements. The entity/entities making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the Instructions to Tenderers. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by Metroselskabet to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate ful-fils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon Metroselskabet’s request, the following documentation of economic and financial capacity must be submitted: A statement regarding the candidate’s total turnover in the three latest annual reports/financial statements available, depending on when the candidate was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual reports/financial statements available must be submitted for each participating operator in the group. Where a candidate relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least EUR 100,000,000 is required in each of the three latest financial years available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest financial years available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest financial years available. The information is to be stated in section IV.B of the ESPD.
Criterion:
Description: The candidate must submit the ESPD with the following information: A list of the 5 most significant deliveries of services comparable to the services under the O&M contract as described in section 2.1 that the candidate has carried out in the past three (3) years before the expiry of the deadline for application. Only references relating to services carried out at the time of the deadline for application will be given importance in the evaluation. Hence, in the case of an ongoing task, only the part of the services already performed at the time of the deadline for application will be included in the evaluation of the reference. Each reference is requested to include a clear description of the services delivered,specifying the type and size of the transport system, including the rolling stock involved, the nature and scope of the services (e.g. combined operation and maintenance, the main operational requirements and the maintenance tasks performed) and other aspects of relevance taking into account the description of the O&M contract under section 2.1 and the selection criterion described below. The description should include information about the candidate’s role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the services, the dates of delivery of the services and the name of the customer (recipient). When indicating the dates of the delivery, the candidate is requested to indicate the date of commencement and the date of finalisation of the services (or if the services are ongoing). No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical and professional capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium). Where more than 5 references are stated, only the first 5 references listed will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the first 5 references, the references will be selected by drawing lots. The candidate may rely on the technical and professional capacity of other entities to fulfil the selection criteria below. The entities making its/their technical or professional capacity available to the candidate must sign a letter of commitment. The form is enclosed as an attachment to the Instructions to Tenderers. If the candidate relies on the technical or professional experience of other entities, such entity/entities must perform the specific parts of the services under the contract for which this capacity is required. The ESPD serves as provisional documentation. Before the award decision is made, the tenderer to whom Metroselskabet intends to award the contract must submit documentation that the information stated in the ESPD is accurate. No additional documentation of technical and professional capacity will be required from the candidate. However, Metroselskabet reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. This information is to be stated in section IV.C of the ESPD.
Criteria for selection among the suitable candidates: The selection of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries in relation to the services put up for tender as described under section 2.1.
Metroselskabet intends to invite three candidates to submit a tender. However, if it is determined that the difference between the third and the fourth ranked candidates in relation to their fulfilment of the selection criterion for selection of candidates (as stated above) is insignificant, four candidates will be invited. In that case, the fourth ranked candidate will also be invited.
5.1.10. Award criteria
Criterion:
Type: price
Name:
Weight (percentage, exact): 40
Criterion:
Type: quality
Name:
Weight (percentage, exact): 60
5.1.11. Procurement documents
Address of the procurement documents:
5.1.12. Terms of procurement
Terms of the procedure:
Terms of submission:
Electronic submission: Required
Address for submission:
Languages in which tenders or requests to participate may be submitted: ENG
Electronic catalogue: Not allowed
Deadline for receipt of requests to participate: 19/08/2025 13:00:00
Terms of contract:
Electronic ordering will be used: false
Electronic payment will be used: true
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 of 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 in accordance with section 2(1), para (1) of the Act where the notification is accompanied by an explanation of the grounds for the decision.
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:
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.
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 complaint was lodged during the standstill 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 e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk.
The Complaints Board’s own complaints procedure is available at
5.1.15. Techniques
Framework agreement: No framework agreement
Information about the dynamic purchasing system: none
5.1.16. Further information, mediation and review
Review organisation: Klagenævnet for Udbud
Organisation providing offline access to the procurement documents: Metroselskabet I/S
Organisation receiving requests to participate: Metroselskabet I/S
Organisation processing tenders: Metroselskabet I/S
Organisation providing additional information about the procurement procedure: Metroselskabet I/S
8. Organisations
8.1. ORG-0001
Official Name: Metroselskabet I/S
Postal address: Metrovej 5
Town: København S
Postcode: 2300
Country: Denmark
Contact: Peter Lerche Andreasen
Email: plan@m.dk
Tel: 72424802
8.1. ORG-0002
Official Name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postcode: 8800
Country: Denmark
Email: klfu@naevneneshus.dk
Tel: 72405600
8.1. ORG-0003
Official Name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postcode: 2500
Country: Denmark
Email: kfst@kfst.dk
Tel: 41715000
8.1. ORG-0000
Official Name: Publications Office of the European Union
Town: Luxembourg
Postcode: 2417
Country: Luxembourg
Email: ted@publications.europa.eu
Tel: +352 29291
11. Notice information
11.1. Notice information
Notice identifier/version: f4edd8b7-7830-4924-a9b9-d0540240167c – 01
Notice type: Contract or concession notice – standard regime
Notice dispatch date: //
Languages in which this notice is officially available: ENG
11.2. Publication information
Notice publication number: 00471641-2025
OJ S issue number: 136/2025
Publication date: //