23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 005-007867
Offentliggjort
09.01.2018
Udbudstype
Udbud efter forhandling

Bestilling af materiale

http://www.rib-software.dk/udbudsportal

Udbyder

Copenhagen Airports A/S

Vindere

HBS Standard 3 Upgrade — Hold Baggage Screening System (HBSS)

(05.06.2018)
Rapiscan Systems
Salfords

HBS Standard 3 Upgrade — Hold Baggage Screening System (HBSS)


Copenhagen Airports A/S

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Copenhagen Airports A/S
14707204
Lufthavnsboulevarden 6, Postbox 74
Kastrup
2770
Denmark
Contact person: Beau Langston
Telephone: +45 53622054
E-mail: beau.langston@cph.dk
NUTS code: DK012

Internet address(es):

Main address: http://www.cph.dk

I.2) Joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://www.rib-software.dk/udbudsportal
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Airport-related activities

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

HBS Standard 3 Upgrade — Hold Baggage Screening System (HBSS)

II.1.2) Main CPV code
34960000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The HBSS supplier is required to provide ECAC Standard 3 EDS Machines and associated infrastructure as is required for the Project.The BHS Portion of the works will be supplied by others. The EDS machines shall be installed in 3 locations:

— 4 machines in baggage factory 2,

— 3 machines in the terminal 3 Basement,

— 2 machines in the baggage factory 3.

In addition, the HBSS contractor shall provision:

— 20 HBS level 2 operator workstations,

— 4 HBS level 3 workstations,

— 6 training workstations,

— 2 TIP servers,

— HBS servers,

— 2 years HBSS operations and maintenance during the general warranty period,

— 2 years HBSS operations and maintenance contract, following completion of the general warranty period.

The HBSS Supplier shall furnish all labour, materials, and equipment necessary to undertake the installation, commissioning, acceptance testing and handover of the HBSS works.

II.1.5) Estimated total value
Value excluding VAT: 90 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
38581000
50421200
34961100
38546000
II.2.3) Place of performance
NUTS code: DK012
Main site or place of performance:

Kastrup.

II.2.4) Description of the procurement:

The precise volume of the supplies is described in the tender material.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 64
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The contracting entity will select 5 applicants to participate. If more than 5 applicants meet the criteria for selection, the applicants invited to submit a tender will be chosen according to the selection criteria as described in the Prequalification document.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

For further information, please check the tender material, especially the “Application for Prequalification".

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

CPH reserves the rights to require deposits, guarantee, bonds or other forms of appropriate security. Further information will appear from the tender documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Terms concerning financing and payment will be set out in the tender documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

For further information, please check the tender material, especially the “Application for Prequalification".

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

In a separate tender CPH will enter the following contracts:

— HBS Standard 3 Upgrade — baggage handling system.

This contract employs a BHS Contractor to provide the necessary baggage handling equipment and existing system modifications to implement the new ECAC standard 3 screening equipment and processes. This contract includes all necessary equipment, software, commisioning effort and interfaces required to succesfully integrate the new Screening Machines.

— Building Contract — A building contractor will be appointed to execute the construction of the BF West Building.

Please note that the Application for Prequalification contains mandatory minimum technical requirements.

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/01/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/02/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The tender material can be found under the following url: http:// www.rib-software.dk/udbudsportal ID number: TN636945A.

The applicants for prequalification shall fill out the document: “Application for Prequalification".

CPH intends to select and invite 5 applicants to submit tenders. In order to be considered, applicants must meet the selection criteria and not be subject to any of the disqualification reasons described in the “Application for Prequalification". If CPH receives applications for prequalification from more suitable applicants than the number stated, CPH will select the best qualified applicants based on the selection criteria.

CPH can choose to award the contract on the basis of the tenders received and CPH may refrain from convening negotiation meetings.

Some of the tender documents, especially the Technical documents,contain information of a confidential nature. Therefore, these will only be made available in a limited version in the PQ-phase that provide a general overview and insight of the project.

Only applicants, who will be prequalified, will later get some more detailed technical documents after they have uploaded, via SMS, a signed Non-Disclosure Certificate, see section 8.4 of the Invitation to tender document.

The duration of the contract is preliminary estimated to 64 months, see II.2.7, but can be extended/ shortened approximately 6 months.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

Information regarding the Danish Complaint System can be found at the following address: www.erst@erst.dk

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jakobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
05/01/2018

Send til en kollega

0.047