23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 118-215929
Offentliggjort
22.06.2015
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Addresse
Naviair
Naviair Allé 1
For the attention of: Michael Justesen and Frank Christensen
2770 Kastrup
Telephone: +45 32478077
E-mail: mju@naviair.dk and fkc@naviair.dk

Udbyder

Naviair

Vindere

(24.12.2015)
Jotron AS
Østbyveien 1
3280 Tjodalyng

Airport equipment


Naviair

Contract notice – utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Naviair
Naviair Allé 1
Contact point(s): Naviair
For the attention of: Michael Justesen and Frank Christensen
2770 Kastrup
DENMARK
Telephone: +45 32478077
E-mail: mju@naviair.dk and fkc@naviair.dk

Internet address(es):

General address of the contracting entity: www.naviair.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Airport-related activities
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Legal Voice Recorders.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
Naviair — The Air Navigation Service Provider in Denmark (the purchaser) intends to replace the existing Legal Voice Recorder systems with new equipment. The systems will be installed at 3 specific locations in Naviair’s building in Kastrup, Denmark. Naviair will provide the necessary infrastructure regarding power, data lines and racks for the equipment.
The Contractor will be responsible for the delivery of the equipment necessary to comply with the requirements set forth in the Invitation to Tender (ITT).
Naviair will perform the installation of the equipment after approval and delivery of the Legal Voice Recorder systems.
The Contractor shall after installation, in cooperation with Naviair, test and validate the Legal Voice Recorder systems at Naviair’s facilities.
It is expected that the Legal Voice Recorder systems complies with all relevant National and EU-requirements and documents from e.g. Danish National Authorities, ICAO, EUROCONTROL and EUROCAE.
II.1.6) Common procurement vocabulary (CPV)

34960000, 34962220, 34967000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The Legal Voice Recorder system(s) will be installed at 3 independent locations and have to work independently of each other.
Playback functionality is needed for the incident investigation personal, with the possibility to connect remotely to the 3 sites individually. Also the technicians must have the possibility to on-site and remotely connect to the system/equipment at maintenance level.
Equipment composition:
— Recording equipment (analogue / digital) — prepared for future changes/upgrades to/with 2MB, VoIP, ambient recording;
— Data storage equipment;
— Playback equipment;
— Local and Remote Control and Monitoring System for each individual site;
— Connection to the purchasers System Monitoring and Control (SMC) with SNMP alarm traps;
— Tuning, test (e.g. FAT/SAT) and validation of the Legal Voice Recorder systems;
— Technical Documentation.
Options is detailed in II.2.2.
II.2.2) Information about options
Options: yes
Description of these options: Set of spare parts (replaceable units and essential modules and consumable).
Service agreement.
Hardware repair and return service.
Training (maintenance and incident investigation personal).
Possible change/expansion/implementation to the system.
Ambient recording.
2 Mbit recording.
VoIP recording.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Naviair will demand guarantees before any prepayment is made. Accordingly, any payment made before date of possession of the system is conditional upon the Contractor’s prior provision of on-demand guarantees by a guarantor, from first class bank, approved by Naviair. On the date of possession all guarantees will be released. Specific requirements regarding guarantees will be detailed in the contract based upon the negotiations with the tenderers.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the contract is awarded to a consortium, the participants shall assume joint and several liability and appoint a common agent who represents and acts on behalf of the participating parties.
In addition, the application should be accompanied by the information required under items III.2.1, III.2.2 and III.2.3 with respect to all participants of the consortium.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: All candidates will be required to provide the following information/documentation when applying for pre-qualification:
1) Company name;
2) Information on the corporate form;
3) Year founded and length of experience with relevant surveillance equipment;
4) Main address for correspondence including e-mail address(s);
5) Contact(s) name / title;
6) Phone No(s).

7) Solemn declaration confirming that the applicant is not subject to any of the exclusion scenarios mentioned in Article 45 of Directive 2004/18/EC (a Form is available at Naviairs homepage: http://www.naviair.dk/udbud.748.aspx).

For information purpose only: In respect of the Candidate's fulfilment of obligations relating to payment of taxes and social security contributions in accordance with the legal provisions of the country in which he is established, the successful Tenderer (only) shall, in addition to the solemn declaration mentioned above and just before contract signature, provide means of proof, issued by an official (government) authority to this effect.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1) Balance sheets for the most recent 3 accounting years (where publication of the balance-sheet is required under the law of the country in which the economic operator is established);
2) Declaration about turnover for the most recent 3 accounting years for comparable or similar assignments as the tendered project.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: All candidates will be required to provide the following information/documentation when applying for pre-qualification:
1) a list of the similar principal deliveries effected in the past 3 years, with the sums,dates and recipients, whether public or private, involved. Deliveries for test and trial purposes should be included in this list; These references shall be related to operational Air traffic Control within the Eurocontrol and/or FAA area;
2) a description of the technical facilities and measures used by the candidate for ensuring quality and the undertaking’s development facilities in relation to Voice Recorders; Including all relevant certifications and standards;
3) the educational and professional qualifications of the contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the Voice recorders.
Minimum level(s) of standards possibly required:
A candidate is automatically excluded if:
A) He fails to demonstrate expertise in delivering Voice Recorders for ANSP-purposes as demonstrated by for example: References to experienced employees considered experts in Voice Recorders.
B) He fails to provide evidence for organized compay structure and systematic work processes, as demonstrated by, for example:
i. Certification by recognized standards such as ISO 9001.
ii. Ample justification for non-adherence to accepted standard and practices.
C) Young and startup companies (younger than three years old) are excluded unless a very good case is made for the trustworthiness of the company (e.g. in terms of ANSP technology experience, new company identity from older experienced companies, etc.).
D) He fails to demonstrate that he has delivered similar principal deliveries (approved and in operational use) within the past 3 years.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
IV.3.4) Time limit for receipt of tenders or requests to participate
20.7.2015 - 13:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
Naviair is responsible for the provision of air navigation services in Denmark. Included in the air navigation services, are area control service in Copenhagen FIR as well as approach and tower control service at the
Copenhagen Airports of Kastrup and Roskilde, and at the airports of Billund, Aalborg, Aarhus and Bornholm. Flight information service (FIS) is provided in Copenhagen FIR to VFR flights and helicopter flights in the
airspace of the North Sea, within Kangerlussuaq FIR (Greenland) up to FL 195 and within Vagar TIZ (Faroe Islands). Additionally Naviair co-ordinates the ‘Search and Rescue Service’ in Greenland. CNS/ATM systems — comprising advanced data links, radar stations, navigational aids (radio beacons, etc.), data and voice communication systems are owned and maintained by Naviair. Moreover, Naviair offers technical service and maintenance to third party customers. Naviair employs some 640 persons at 8 sites in Denmark, Greenland, and the Faroe Islands. The centraladministration of Naviair is located in Kastrup, Denmark.
Naviair is entitled to limit the number of candidates who is pre-qualified (a maximum of 3). Naviair will select the candidates who are deemed to provide the best basis for competition. The selection of candidates will be based on an evaluation of the documentation submitted in accordance with paragraph III.2.2-III.2.3 (the candidates having the most robust economy and also the majority and most relevant references in relation to Legal Voice Recorder systems.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud (The Complaints Board for Public Procurement), Erhvervsstyrelsen (Danish Business Agency)
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: As a consequence of Danish Act No 492 of 12.5.2010 on the enforcement of procurement rules, etc. there are following deadlines for lodging appeals in Denmark:
Complaints about not being pre-qualified shall be submitted to ‘Klagenævnet for Udbud’ (Board of Appeal) within 20 calendar days from the day following the day on which the contracting entity has sent a notification to interested applicants who have been prequalified. In other situations, the complaint against the tender being submitted to ‘Klagenævnet for Udbud’ before:
1) 45 days after the contracting entity has published a notice in the Official Journal stating that the contracting entity has entered into a contract. The period is calculated from the day following the day on which notice has been published.
2) 30 calendar days from the day following the day on which the contracting entity informed the tenderers for a contract based on a framework contract with reopening of competition or a dynamic purchasing system are made, if notification is given a brief account of the relevant reasons for decision.
3) 6 months after the entity has signed a framework agreement from the day after the day on which the contracting entity informed the tenderers and candidates, cf § 2 (2).
At the latest at the same time as an appeal is sent to ‘Klagenævnet for Udbud’, the appellant shall in writing inform the contracting entity that the complaint is sent to ‘Klagenævnet for Udbud’, and whether the complaint is filed during the standstill period referred to in § 3. If the appeal has not been lodged in the stand-still period, the appellant must also state whether it is requested that the appeal is granted delaying effect pursuant to § 12 (1).
The email address of ‘Klagenævnet for Udbud’ is specified in Section VI.4.1.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen, Center for Tjenesteydelser, Udbud og Karteller (Danish Competition and Consumer Authority)
Carl Jacobsens vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk

VI.5) Date of dispatch of this notice:
18.6.2015

Send til en kollega

0.047