23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2018/S 216-494974
Offentliggjort
09.11.2018
Udbudstype
Udbud efter forhandling

Udbyder

Naviair

Vindere

Radar Esbjerg

(03.03.2020)
Indra Sistemas S.A.
Avenida de Bruselas, 35
28108 Alcobendas

Radar Esbjerg


Naviair

Contract notice – utilities

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Naviair
26059763
Naviair Allé 1
Kastrup
2770
Denmark
Contact person: Charlotte Perch Hellinghus
Telephone: +45 32478912
E-mail: cpe@naviair.dk
NUTS code: DK01

Internet address(es):

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

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/290627

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=224012&B=NAVIAIR
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=224012&B=NAVIAIR
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:

Radar Esbjerg

II.1.2) Main CPV code
35722000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Air Navigation Service Provider in Denmark, Naviair, wants to procure and put into operation one State-of-The-Art Mode S Secondary Surveillance Radar (hereinafter referred to as MSSR Mode S), to be established at Esbjerg Airport (EKEB).

II.1.5) Estimated total value
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)
32352200
II.2.3) Place of performance
NUTS code: DK041
Main site or place of performance:

Esbjerg Airport

II.2.4) Description of the procurement:

The Air Navigation Service Provider in Denmark, Naviair, wants to procure and put into operation one State-of-The-Art Mode S Secondary Surveillance Radar (hereinafter referred to as MSSR Mode S), to be established at Esbjerg Airport (EKEB).

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
Start: 01/05/2019
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:

Naviair is entitled to limit the number of candidates who are pre-qualified. Naviair will select 3 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 section III.1.2 — III.1.3 (the candidates having the most robust economy and also the majority and most relevant references in relation to the equipment required is preferred).

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

A radome, spareparts and service agreement.

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: yes
Identification of the project:

SDM PJ 2015_227_AF3_A

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
List and brief description of selection criteria:

In the ESPD the economic operator must deliver information on the specific yearly turnover in the business area covered by the contract for the recent 3 financial years.

The economic operator must deliver information on the following financial ratios for the recent 3 financial years:

— profit margin/ratio,

— Return Of Investment (ROI),

— solvency ratio,

— liquidity ratio,

— Return On Equity (ROE).

In case the information concerning turnover or financial ratios are not available for the entire period required, the economic operator must state in the ESPD the date on which the economic operator was set up or started trading.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The economic operator must deliver information of the principal similar deliveries as covered by this tender for the recent 3 years (specified by contract amount, numbers of radars, specific type of radars, recipients and period of delivery).

The economic operator must deliver information of the technical facilities and measures for ensuring quality and its study and research facilities.

The economic operator must deliver information on the educational and professional qualifications held by the economic operator, and its managerial staff.

The economic operator must deliver information on whether he is able to provide the required certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the procurement documents.

The economic operator must deliver information of support services.

Minimum level(s) of standards possibly required:

A candidate is automatically excluded if:

1) He fails to demonstrate expertise in Radar technology and ANSP operational technological issues, as demonstrated by, for example:

(i) References to experienced employees considered experts in Radar technology;

(ii) References to experienced employees considered experts in ANSP operational technological issues;

(iii) References to works on white papers, technology papers, recognized standards, etc., done by the candidate or current or former candidate employees;

2) He fails to provide evidence for organized company structure and systematic work processes, as demonstrated by, for example:

(i) Certification by recognized standards such as ISO 9001;

(ii) EUROCAE standards such as ED-153;

(iii) Ample justification for non-adherence to accepted standard and practices;

3) Young and startup companies (younger than 3 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.);

4) No delivered Radars in operation/operational tests/operational trials;

5) He fails to demonstrate that he has delivered Radars within the past 3 years;

6) He fails to be able to provide day time support (Monday — Friday 9:00-15:00 CET).

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

It will be a condition in the contract that the economic operator shall supply an unconditional and irrevocable bank guarantee for any prepayments received under the contract.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) 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.1.2, III.1.3 and III.1.4 with respect to all participants of the consortium.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
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: 28/11/2018
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Tender must be valid until: 01/08/2019
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
VI.3) Additional information:

The economic operator must fill in the ESPD document which can be found in the tender management system mentioned in section 1. When the ESPD has been filled in please upload the document to the tender management system.

Applications for pre-qualification must be submitted through the tender management system mentioned in section I.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud, Nævnenes Hus
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

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

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

As a consequence of Danish Act No. 593 of 2.6.2016 on the enforcement of procurement rules, etc. there are following deadlines for lodging of 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 with an explanation of the decision to interested applicants who have been pre-qualified. In other situations, the complaint against the tender or the decision must be 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 that a contract based on a framework contract with reopening of competition or a dynamic purchasing system has been signed, if notification is given a brief explanation of the relevant reasons for the decision;

3) 6 months after the entity has signed a framework agreement — calculated from the day after the day onwhich the contracting entity informed the tenderers and candidates, cf. § 2 (2);

4) 20 calendar days from the day following the day on which the contracting entity has announced the decision according to the Danish law of procurement (No. 1564 of 15.12.2015) § 185 (2) second sentence.

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 will be 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-stillperiod, the appellant must also state whether it is requested that the appeal is granted delaying effect pursuant to § 12 (1).

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

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
07/11/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web02