23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 090-217119
Offentliggjort
10.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

Naviair

Vindere

VoIP Backup Radio System

(03.03.2020)
Rohde and Schwarz Danmark A/S
Lyskær 3D
2730 Herlev

VoIP Backup Radio System


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: Lisa Brenting
Telephone: +45 32477983
E-mail: lib@naviair.dk
NUTS code: DK012

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
Access to the procurement documents is restricted. Further information can be obtained at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=237820&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=237820&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:

VoIP Backup Radio System

II.1.2) Main CPV code
32344270
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Air Navigation Service Provider in Denmark, Naviair, intends to procure equipment for replacing Naviairs existing Backup Radio Systems with VoIP compatible Backup Radio Systems (VoIP BRSes) for the Air Traffic Control Center (ACC/APP), Air Traffic Control Tower Copenhagen (TWR-S) and a common test system. All three systems are situated in Kastrup, Denmark, but on different locations.

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)
II.2.3) Place of performance
NUTS code: DK01
Main site or place of performance:

Kastrup

II.2.4) Description of the procurement:

The Air Navigation Service Provider in Denmark, Naviair, intends to procure and put into operation VoIP Backup Radio Systems (VoIP BRSes) for the Air Traffic Control Center (ACC/APP), the Air Traffic Control Tower Copenhagen (TWR-S) and a common test system. All three systems are situated in Kastrup, Denmark, but on different locations.

The VoIP BRSes shall act as backup for the radio part of Naviairs Primary VCS system.

The VoIP BRSes shall be VoIP compatible according to the latest versions of the EUROCAE standards ED-136, ED-137 and ED-138. In addition, the VoIP BRS solutions shall support interfacing to 4 wire-E&M.

The capacity of the operational VoIP BRSes will be approx. 15 Controller Working Positions (CWPs) for TWR-S and initially approx. 45 CWPs for ACC/APP with an option to expand the system with more CWPs.

The contract will include hardware, software and services for the establishment of the new VoIP Backup Radio systems. The contract will also include configuration, documentation and training.

Please note that radios and line infrastructure are not a part of this tender.

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: 02/01/2020
End: 01/10/2020
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 a maximum of 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 similar deliveries of VoIP Radio Systems for air traffic control or other mission critical purposes (in operation).

The candidates may where necessary rely on the capacity of other entities in relation to the fulfilment of requirements relating to the economic and financial capacity, or to its technical and professional abilities. Where a candidate wants to rely on the capacities of other entities, it shall prove to the Contracting Authority (Naviair) that it will have at its disposal the capacities necessary.

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

As options the offer shall include the potential procurement of:

1) A VoIP BRS for the Remote Tower(ONL) in Billund Airport;

2) A VoIP BRS system for Remote Tower (contingency) in Billund Airport;

3) A VoIP BRS system for Greenland;

4) Extension of the ACC/APP VoIP BRS to include additional positions.

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

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

Because parts of the tender material contains sensitive information not all documents are available in the pre-qualification phase.

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
List and brief description of conditions:

Please see requirements in ESPD.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

The candidate must submit the European Single Procurement Document (“ESPD”) with the following information:Information on the specific yearly turnover in the business area covered by the contract for the recent 3 financial years in so far as information on such turnover is available.

The candidate 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,

— equity,

— return on equity (ROE).

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

In case the information concerning financial ratios are not available — profit/loss (income statement) and balance sheet for the past 3 years can be submitted instead

Minimum level(s) of standards possibly required:

A candidate it automatically excluded from the pre-qualification phase if the company has a negative equity within the recent financial year.

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

The candidate must submit the ESPD with the following information:

The principal similar deliveries as covered by this tender for the past 3 years (specified by contract amount, description of VoIP radio systems, recipients, subcontractors and period of delivery).

By similar deliveries means VoIP radio systems, in operation for air traffic control purposes or other mission critical radio systems and compatible with EUROCAE standards ED-136, ED-137 and ED-138, with different hardware and software than Naviairs Primary VCS, which is based on the Garex product family. The reason why the hardware and software shall be different is that the VoIP BRS shall act as backup in case of failure of Naviairs primary VCS.

A description of the technical facilities and measures used by the candidate for ensuring quality and the undertaking’s development facilities in relation to equipment for VoIP radio systems and system design; including all relevant certifications and standards.

The educational and professional qualifications of the candidate and/or those of the undertaking’s managerial staff and, in particular those of the persons responsible for providing the VoIP Radio Systems.

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

Minimum level(s) of standards possibly required:

A candidate is automatically excluded if:

1) He fails to deliver a minimum of three (3) references demonstrating delivery of similar VoIP radio systems;

2) He fails to deliver references to experienced employees considered experts in mission critical radio systems delivered in the Eurocontrol area;

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

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

(b) Safety Assessment Methology (SAM) of Eurocontrol;

(c) Ample justification for non-adherence to acceptable 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.).

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

In the event that the candidate intends to fulfil its contractual undertakings by referring to another entity's (a different legal entity) economic/financial ability and/or technical capacity and resources, the candidate’s application shall include the information and means of proof required under Section III.1.1, III.1.2 and III.1.3 with regard to the other entity. The information shall be stated by the other entity in an ESPD.

Where a candidate wants to rely on the capacities of other entities, it shall also prove to the Contracting Authority (Naviair) that it will have at its disposal the capacities necessary.

The candidate (or the entity whose capacities the candidate relies on) is automatically excluded from the pre-qualification phase if the candidate (or the entity) is subject to any of the exclusion grounds listed in articles 57(1) and 57 (2) in directive 2014/24/EU.

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

In the event that the candidate intends to form or participate in a consortium to fulfil the contractual undertakings, the candidate’s application shall include the information and means of proof required under Section A. Personal situation; B. Economic and financial ability; and C. Technical capacity with respect to all participants of the consortium. 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.

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: 02/06/2019
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: 01/03/2020
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:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud, Nævnenes Hus
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

VI.4.2) Body responsible for mediation procedures
N/a
København
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 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 on which 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-still period, 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:
06/05/2019

Send til en kollega

0.094