23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 251-668483
Offentliggjort
27.12.2021
Udbudstype
Udbud efter forhandling

Udbyder

Billund Lufthavn A/S

Vindere

(08.07.2022)
Houlberg Instrumentering A/S
Søhesten 17
2635 Ishøj

Negotiated procedure of Explosive Detection Systems (EDS) for Billund Lufthavn A/S


Billund Lufthavn A/S

Udbudsbekendtgørelse – forsyningsvirksomhed

Varer

Retsgrundlag:
Direktiv 2014/25/EU

Del I: Ordregivende enhed

I.1) Navn og adresser
Officielt navn: Billund Lufthavn A/S
CVR-nummer: 23343118
Postadresse: Passagerterminalen 10
By: Billund
NUTS-kode: DK03 Syddanmark
Postnummer: 7190
Land: Danmark
Kontaktperson: Tolstrup & Hvilsted - Ivan Smedegaard Meic
E-mail: kontakt@tohv.dk
Telefon: +45 25194111
Internetadresse(r):
Overordnet internetadresse: www.bll.dk
I.3) Kommunikation
Udbudsmaterialet er gratis, ubegrænset og fuldt tilgængeligt på: https://www.ethics.dk/ethics/eo#/bf75d39c-9bd6-40ec-bf4a-040981c24e0a/publicMaterial
Yderligere oplysninger fås på den ovennævnte adresse
Bud eller ansøgninger om deltagelse skal sendes elektronisk via: https://www.ethics.dk/ethics/eo#/bf75d39c-9bd6-40ec-bf4a-040981c24e0a/homepage
Bud eller ansøgninger om deltagelse skal sendes til den ovennævnte adresse
Elektronisk kommunikation kræver anvendelse af værktøjer og anordninger, der ikke er almindeligt tilgængelige. Der er gratis, ubegrænset og fuld adgang til disse værktøjer og anordninger på: https://www.ethics.dk/ethics/eo#/bf75d39c-9bd6-40ec-bf4a-040981c24e0a/homepage
I.6) Hovedaktivitet
Lufthavnsrelaterede aktiviteter

Del II: Genstand

II.1) Udbuddets omfang
II.1.1) Betegnelse:

Negotiated procedure of Explosive Detection Systems (EDS) for Billund Lufthavn A/S

II.1.2) Hoved-CPV-kode
38000000 Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
II.1.3) Kontrakttype
Varer
II.1.4) Kort beskrivelse:

In order to meet new EU standards for security in European Airports an update of the Contracting Authority’s existing baggage handling system and security checkpoint of baggage is planned at Billund Lufthavn.

II.1.5) Anslået samlet værdi
II.1.6) Oplysninger om delkontrakter
Kontrakten er opdelt i delkontrakter: nej
II.2) Beskrivelse
II.2.2) Supplerende CPV-kode(r)
38581000 Udstyr til scanning af bagage
34961000 Bagagehåndteringssystem
II.2.3) Udførelsessted
NUTS-kode: DK03 Syddanmark
Hovedudførelsessted:

Billund Airport, Denmark

II.2.4) Beskrivelse af udbuddet:

In order to meet new EU standards for security in European Airports an update of the Contracting Authority’s existing baggage handling system and security checkpoint of baggage is planned at Billund Airport. The Contracting Authority intends to invest in two (2) new ECAC/EU std. 3.1. approved Explosive Detection Systems (herein referred to as EDS) in its security check of baggage. This tender regards a Contract on the Delivery, installation and commissioning of two (2) EDS as well as optional extended service agreement for up to five years after the initial two years warranty period. The requirements for the EDS are described in detail in Contract Appendix A - General descriptions, minimum requirements, and competitive parameters.

II.2.5) Tildelingskriterier
de nedenfor anførte kriterier
Kvalitetskriterium - Navn: Technical solutions / Vægtning: 35-45%
Kvalitetskriterium - Navn: Quality / Vægtning: 25-35%
Kvalitetskriterium - Navn: Education and Training / Vægtning: 5-15%
Pris - Vægtning: 15-25%
II.2.6) Anslået værdi
II.2.7) Varighed af kontrakten, rammeaftalen eller det dynamiske indkøbssystem
Start: 21/06/2022
Slut: 01/11/2023
Denne kontrakt kan forlænges: nej
II.2.9) Oplysning om begrænsningen af antallet af ansøgere, der vil blive opfordret til at afgive bud eller deltage
Forventet antal ansøgere: 5
Objektive kriterier for valg af det begrænsede antal ansøgere:

Among the compliant Applicants which meet the above suitability and documentation requirements, see Tender Conditions clause 2.1, up to five (5) Applicants are selected on an objective, impartial and factual basis which are requested to submit tenders if five (5) compliant and suitable applications are received.

The Contracting Authority will regard the following as positive:

- The Applicant has experience with delivery, installation and commissioning of EDS ECAC/EU std. 3.0 or higher to European Airports.

- The number of relevant references comparable to the tendered contract

If the above number of compliant and suitable applications are not received, the Contracting Authority will select the Applicants which are compliant and suitable, as long as the Contracting Authority finds that the number of selected Applicants can ensure adequate competition on the assignment.

II.2.10) Oplysninger om alternative tilbud
Alternative tilbud vil blive taget i betragtning: nej
II.2.11) Oplysninger om optioner
Optioner: ja
Beskrivelse af optioner:

1. As an option the supplier may buy a 2-year service agreement (year three (3) plus four (4)) after the approved Confidence trials covering all service, faults and defects, cf. Draft for Contract clause 5.2.1

2. As an option the supplier may buy extension of the service period for two (2) more years, (year five (5) and six (6)), see Draft for Contract clause 5.2.2.

3. As an option the supplier may buy extension of the service period for an additional year (year seven (7)), see Draft for Contract clause 5.2.3

II.2.13) Oplysninger om EU-midler
Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14) Yderligere oplysninger

Del III: Juridiske, økonomiske, finansielle og tekniske oplysninger

III.1) Betingelser for deltagelse
III.1.1) Egnethed til at udøve en erhvervsaktivitet, herunder krav om optagelse i erhvervs- eller handelsregistre
Liste over og kort beskrivelse af betingelser:

The Application must consist of the Single European Tender Document (ESPD), in which the requested information is referred to in Section III.1. must be disclosed. The ESPD is a self-declaration that serves as preliminary proof that the Applicant, Other Entities or the Association meet the criteria for exclusion, suitability and selection. This information must be verified later.

Part II: Information concerning the economic operator

Section A: Information about the economic operator

Section B: Information about the economic operator’s representatives

Section C: Information about reliance on the capacities of Other Entities (see Tender Conditions clause 2.2 for further details)

Section D: : Information concerning Subcontractors on whose capacity the economic operator does not rely

Part III: Exclusion Grounds

Section A: Grounds relating to criminal convictions

Section B: Grounds relating to the payment of taxes or social security contributions: If there are any outstanding payments, tick ‘Yes’ and state the outstanding amount.

Section C: Grounds relating to insolvency, conflicts of interest or professional misconduct:

- The Applicant must confirm that the Applicant is not covered by the mandatory exclusion grounds laid down in Section 135(1)-(3) and Section 136 of the Danish Public Procurement Act. Otherwise, the Contracting Authority is obliged to exclude the Applicant, see, however, Section 135(4) and (5) of the Danish Public Procurement Act.

The Applicant must further confirm, that the Applicant is not covered by the following optional exclusion grounds cf. section 137 (1) of the Danish Public Procurement Act:

- Conditions concerning insolvency/bankruptcy or the like cf. no. 2

- Agreement for distortion of competition cf. no. 4

III.1.2) Økonomisk og finansiel kapacitet
Liste over og kort beskrivelse af udvælgelseskriterier:

Not relevant in relation to the concrete tender

III.1.3) Teknisk og faglig kapacitet
Liste over og kort beskrivelse af udvælgelseskriterier:

The Applicant may provide up to six (6) references which the Applicant finds most comparable with this invitation to tender, see Tender Conditions clause 1.4, and which alone or jointly meet the minimum requirements. See Tender Conditions clause 1.4 in relation to what the Contracting Authority understands as “a comparable” reference.

If more references are provided, the Contracting Authority will only assess the six (6) latest references. Latest references mean unconcluded references or references with termination closest to the application deadline. If more references are unconcluded, the Contracting Authority will (where relevant) assess the references with the latest commencement date.

The references must have been carried out within the last three (3) years calculated from the date of the application deadline.

The Contracting Authority will disregard references concluded more than three (3) years before the application deadline.

For references with an older commencement date, but where services (part assignments) have been concluded within the last three (3) years, the Contracting Authority will only assess the services (part assignments) which the Applicant has performed within the last three (3) years calculated from application deadline. The Applicant is responsible for specifying the contents of the reference, so that the services (part assignments) in question are clearly stated.

The references must contain the following:

1.Description: Description of the assignment(s) and part assignment(s) with focus on the elements which make the reference comparable to Tender Conditions clause 1.4 and compliant with the minimum requirements. The description may also contain information about the period(s) in which the assignment has been performed (start and conclusion dates).

2.Amount: The value of the assignment(s) in DKK, i.e. the amount paid by the customer for the performance of the assignment(s).

3.Date: Date for start-up (commencement date) and possible conclusion date of the most recent assignment listed under ‘Description’. For references which have not yet been concluded, the field ‘conclusion date’ is left blank/empty.

4.Recipients: Customer name incl. contact person and contact person’s telephone number.

Mindstekrav til det niveau, der muligvis kræves:

It is a minimum requirement that the Applicant holds at least three (3) reference containing delivery of ECAC/EU (minimum) std. 3.0 approved Explosive Detection Systems to a European Airport within the last three (3) years.

III.1.4) Objektive regler og kriterier for deltagelse
Liste over og kort beskrivelse af regler og kriterier:

The application for pre-qualification must consist of the European Single Procurement Document (ESPD), in which the requested information, see also section VI.3) Additional information about the Investment Screening Act. The ESPD is a self-declaration form which serves as initial documentation that the Applicant, Other Entities or the Association meets the criteria for exclusion, suitability and selection. This information must subsequently be verified, see Tender Conditions, section 3.1. The application for pre-qualification must be submitted via the link in Section 1.3) Communication.

III.1.6) Sikkerhedsstillelse og garantier, som forlanges:

The terms of payment must be in accordance with

- Contract Appendix A – General descriptions, specifications and requirements and competitive parameters

- Contract Appendix B – Outline of Delivery, Payment, Demand Guarantee, Penalty and Billing

III.1.7) De vigtigste finansierings- og betalingsvilkår og/eller henvisning til relevante bestemmelser herom:

The terms of payment must be in accordance with

- Contract Appendix A – General descriptions, specifications and requirements and competitive parameters

- Contract Appendix B – Outline of Delivery, Payment, Demand Guarantee, Penalty and Billing

III.2) Kontraktbetingelser
III.2.2) Kontraktudførelsesvilkår:

The Contract contains terms regarding breach and complaints, see Draft for Contract, section 3.

Del IV: Procedure

IV.1) Beskrivelse
IV.1.1) Proceduretype
Forhandlingsprocedure med forudgående indkaldelse af tilbud
IV.1.3) Oplysninger om rammeaftale eller dynamisk indkøbssystem
IV.1.8) Oplysninger om GPA-aftalen om offentlige udbud
Dette udbud er omfattet af GPA-aftalen: ja
IV.2) Administrative oplysninger
IV.2.2) Frist for modtagelse af bud eller ansøgninger om deltagelse
Dato: 01/02/2022
Tidspunkt: 10:00
IV.2.3) Forventet dato for afsendelse af opfordringer til at afgive bud eller at deltage til udvalgte ansøgere
Dato: 10/02/2022
IV.2.4) Sprog, der må benyttes ved afgivelse af tilbud eller ansøgninger om deltagelse:
Engelsk
IV.2.6) Minimumsperiode, i hvilken den bydende er forpligtet af sit bud
Varighed i måneder: 6 (fra den anførte dato for modtagelse af bud)

Del VI: Supplerende oplysninger

VI.1) Oplysninger om gentagelse
Dette er et tilbagevendende offentligt indkøb: nej
VI.2) Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering accepteres
Der vil blive anvendt elektronisk betaling
VI.3) Yderligere oplysninger:

According to the Investment Screening Act (https://www.retsinformation.dk/eli/lta/2021/842), economic actors i) who are domiciled outside the EU or EFTA, or ii) who are under the control of or subject to significant influence as defined must in the law of a company domiciled or a citizen of a country outside the EU or EFTA, apply to the Danish Business Authority for permission to enter into a “special economic agreement” within a particularly sensitive sector or activity. The contracting authority assesses that the conclusion of the contract may be subject to permit requirements. The applicant should clarify whether the applicant's contracting will be covered by such a requirement.

The applicant should clarify whether the applicant's conclusion of the agreement will be covered by such a requirement. Look into this at this site: https://erhvervsstyrelsen.dk/aftaler-omfattet-af-investeringsscreeningsloven.

VI.4) Klageprocedurer
VI.4.1) Organ med ansvar for klageprocedurerne
Officielt navn: Klagenævnet for udbud
Postadresse: Toldboden 2
By: Viborg
Postnummer: 8800
Land: Danmark
E-mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internetadresse: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Klageprocedure
Præcise oplysninger om klagefrist(er):

Complains must be filed with The Complaints Board for Public Procurement within:

1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

VI.4.4) Tjeneste, hvor der kan fås oplysninger om klageproceduren
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
Internetadresse: www.kfst.dk
VI.5) Dato for afsendelse af denne bekendtgørelse:
22/12/2021

Send til en kollega

0.032