23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 097-236021
Offentliggjort
21.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

Naviair

Vindere

Video Camera Based Remote Tower System including Approach Control Functionality

(03.03.2020)
Frequentis DFS Aerosense GmbH
Innovationsstrasse 1
1100 Vienna

Video Camera Based Remote Tower System incl. Approach Control Functionality


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: Frank K. Christensen
Telephone: +45 32477984
E-mail: fkc@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=240089&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=240089&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:

Video Camera Based Remote Tower System incl. Approach Control Functionality

II.1.2) Main CPV code
48120000
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 a Visual Spectrum Video Camera Based Remote Tower System including a Pan Tilt Zoom (PTZ) Camera solution and Approach Control Functionality for initially Billund airport (EKBI) with several options to enlarge the system.

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)
48121000
72212120
II.2.3) Place of performance
NUTS code: DK04
II.2.4) Description of the procurement:

The air navigation service provider in Denmark, Naviair, wants to procure and put into operation a technologically mature and operationally proven Visual Spectrum Video Camera Based Remote Tower System including a Pan Tilt Zoom (PTZ) Camera Solution and approach control functionality.

Naviair furthermore wants to procure a hot spot camera solution and an environmental sound solution.

Naviair finally wants to procure engineering services directly related to the above mentioned system/solution procurements.

The systems and solutions procured by Naviair shall provide Naviair personnel with a visual spectrum overview of remotely located airports and their surrounding areas in order for Naviairs air traffic controllers to provide air traffic control and aerodrome flight information services at the remotely located airports (i.e. airports were the air traffic controllers don’t have a direct visual spectrum overview like from a traditional control tower).

By technologically mature and operationally proven Naviair means a visual spectrum video camera based remote tower system including a Pan Tilt Zoom (PTZ) camera solution approved by a civil aviation authority, successfully put into operation by an air navigation service provider and subsequently in continuous operational service for at least 3 months.

The system shall be able to handle a mixed VFR/IFR traffic environment without relying on the availability of a ground radar system/data at the airports or the availability of radar transponders in the VFR flights.

It is expected that the Visual spectrum video camera based remote tower system including the Pan Tilt Zoom (PTZ) camera solution and approach control functionality complies with common requirements, standards and guidance material as described in Eurocontrol SAM, EASA guidance material on remote aerodrome air traffic services, EUROCAE ED-109/ED-153 as well as relevant parts of ICAO annex 10 and ICAO doc. 4444.

The system(s) should also fulfil all requirements in EUROCAE ED-240A minimum aviation system performance standard for remote tower optical systems.

The system for initially Billund airport (EKBI) is to be established in existing building facilities at Billund Airport (airside).

The system should be scalable up to a total of 10 airports.

It will be a requirement that Naviair shall have access to day time technical support (Monday-Friday 8:30-15:30 CET).

Options are described in Section II.2.11.

Note: secondary/primary radar and/or ground radar/A-SMGCS is 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
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: 4
Objective criteria for choosing the limited number of candidates:

If more than 4 candidates fulfil the minimum requirements in Section III.1.2) and III.1.3) and are not subject to grounds of exclusion Naviair will limit the number of candidates, who will be invited to tender. Naviair will select a maximum of 4 candidates, who are deemed to provide the best basis for competition. The selection of candidates will be based on an evaluation of which candidates have documented the best and most relevant previous deliveries/references in comparison to the contract described in Section II.1.4) and Section II.2.4) above, in terms of the comparability. The evaluation will be based on the list submitted by the candidates in the European Single Procurement Document (ESPD) according to Section III.1.3.

It will be regarded positively in the assessment of the relevance of the references if it covers a delivery of a visual spectrum video camera based remote tower system that includes a Pan Tilt Zoom (PTZ) camera solution approved by a civil aviation authority, successfully put into operation by an air navigation service provider and subsequently in continuous operational service for at least 3 months.

It will also be regarded positively in the assessment of the relevance if the references if it covers a delivery of a visual spectrum video camera based remote tower system that includes other camera types/solutions not mentioned above (e.g. IR or UV cameras), approved by a civil aviation authority, successfully put into operation by an air navigation service provider and subsequently in continuous operational service for at least 3 months for remote tower services.

The “continuous operational service” should preferably be understood as normal air traffic control or aerodrome flight information services but could also be a contingency service i.e. the system has been approved by a civil aviation authority for airport contingency service only.

It will also be regarded positively in the assessment of the relevance if the references covers a delivery of a visual spectrum video camera based remote tower system which has been successfully put into operation at an airport with a VFR/IFR traffic mix.

Please note that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

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

Option to purchase an additional system – or of an enlargement of the first system(s) – capable of supporting up to 10 airports in total and potentially to be installed in another building.

The controlled airports in question are yet to be determined, but could be Aarhus, Aalborg, Roskilde and Roenne (Bornholm)

Option to purchase system spare parts;

Option to purchase a system service agreement (without hardware return and repair service);

Option to purchase a system hardware repair and return service;

Option to purchase system training;

Option to purchase system enhancements.

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

Naviair should be invited by each tenderer to visit an existing remote tower center which is approved by a civil aviation authority and has been in continuous operational service at an airport for at least 3 months. A visit to the associated airport(s) will not be necessary.

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:

The candidate must submit the European Single Procurement Document (“ESPD”) with the following information:

The size of the equity in the recent financial year.

In case the candidate is a non-profit organization without share capital a rating from a recognized rating agency must be provided insted of information of equity.

Upon request from Naviair the candidate must submit the following documentation:

Annual reports or excerpts hereof or other documentation stating the size of the candidate’s equity. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities. It the candidate relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), the documentation must be provided for each entity or entities.

Please note that a candidate may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies. In this case, the candidate shall ensure that an ESPD from the entity or entities on which the candidate relies is submitted along with the candidates own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

Be advised, that Naviair at any time during the procurement procedure can request that the candidate presents the abovementioned documentation, if it is deemed necessary to secure that the procurement procedure is conducted correctly. In this situation, Naviair will set an appropriate time limit for the submission of the documentation.

Minimum level(s) of standards possibly required:

The candidate must not have a negative equity in the recent financial year.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, none of the entities must have a negative equity in the recent financial year.

If the candidate relies on the economic and financial standing of an entity or entities, the entity (entities) must not have negative equity in the recent financial year.

If the candidate is a non-profit organization it must have a medium rating (i.e. at least AA or equivalent).

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

The candidiate must deliver a list of the principal similar deliveries (references), cf. Section II.1.4) and II.2.4) above. The list of references should preferably include the following information:

Short description of the total delivery including:

1) A clear indication of why the total delivery is similar to the deliveries described in Section II.1.4) and II.2.4)

2) A description of the camera parts of the total delivery:

— visual spectrum video camera system,

— the Pan Tilt Zoom (PTZ) camera solution,

— hot spot camera solution,

— any non-visual spectrum camera enhancements or additional camera solutions,

— any environmental camera protection systems.

3) The role/participation of the candidate in the performance of the total delivery (main contractor, sub-contractor, etc.)

The recipient of the total delivery and the airport(s) involved,

The period of the total delivery,

The operational status of the delivered systems,

The commencement day of the delivered systems.

The list shall contain a minimum 1 and maximum of 5 references whether the candidate is one entity, a group of entities (e.g. a consortium), including temporary joint ventures or relies on the technical and professional capacity of other entities. If the list contains more than 5 references, only the first 5 references on the list will be considered. References beyond this maximum number will be disregarded.

The candidate will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, Naviair reserves the right to contact the candidate and/or the recipients of the deliveries in order to verify the information stated in the ESPD, including details on the specified dates of the performance of the deliveries.

Minimum level(s) of standards possibly required:

1) The candidate must demonstrate experience with at least 1 (one) reference to a delivery similar to the contract described in Section II.1.4) and II.2.4), covering a delivery of a visual spectrum video camera based remote tower system that:

(a) includes a Pan Tilt Zoom (PTZ) Camera Solution approved by a civil aviation authority; and

(b) which have successfully been put into operation by an air navigation service provider and subsequently in continuous operational service for at least 3 months.

2) The candidate must have a valid ISO 9001 or ISO 27001 certification or equivalent.

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

On demand guarantees (for prepayments) will be a requirement in 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.

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

It will be a requirement in the contract that:

The supplier will be able to offer day time technical support (monday-friday 8:30-15:30 CET).

Naviair might require security approvals of key personnel working at Naviair premises/airport sites.

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
Notice number in the OJ S: 2019/S 024-053914
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/06/2019
Local time: 12:00
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: 28/02/2020
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
Electronic payment will be used
VI.3) Additional information:

The candidate must fill in and submit the European Single Procurement Document (“ESPD”). If the candidate bases its request on the economic and financial standing or technical and professional ability of other entities the request for participation must also include an ESPD as well as a statement of support from the entity referred to, cf. Article 79(2) of Directive 2014/25/EC. If the candidate participates alone but relies on the economic and financial standing or technical and professional ability of other entities the candidate must ensure that Naviar receives the candidate’s own ESPD along with a separate ESPD from the supporting entity. If the candidate consists of a consortium or any other group of legal persons and/or public entities, the request for participation shall include an ESPD for each of the legal persons and/or public entities.

The use of the ESPD is a precondition for participation in the procurement procedure. Naviair shall require that the candidate apply the ESPD as preliminary evidence that the candidate is not subject to the grounds of exclusion stipulated in article 57(1) and 57(2) in Directive 2014/24/EU (implemented in 135 and 136 of the Danish Procurement Act), and that the candidate fulfils the minimum requirements for suitability, cf. Section III.1.2) and III.1.3), and how the candidate fulfils the objective and non-discriminatory criteria of selection), cf. Section II.2.9).

Naviair shall exclude a candidate from participation in the procurement procedure if the candidate is subject to one of the compulsory grounds for exclusion in Sections 135 and 136 of the Danish Procurement Act (mandatory exclusion grounds). Naviar shall accept the following as documentation of the fact that the candidate or tenderer is not subject to the grounds for exclusion stipulated in Sections 135 and 136:

1) An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the candidate or tenderer is not subject to the grounds for exclusion stipulated in Section 135(1);

2) A certificate issued by the competent authority in the country referred to as documentation that the candidate is not subject to the grounds for exclusion stipulated in the cases stated in Section 135(3).

For applicants residing in Denmark the documentation may consist of a service certificate issued by the Danish Business Authority upon request. If the country in question does not issue the documents or certificates stated in 1), or if such documents or certificates do not cover all the cases mentioned in Sections 135 and 136, those documents or certificates can be replaced by a statement provided on oath. If statements on oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary or a competent professional organisation in the country in which the candidate or tenderer is registered, can be applied. Naviair may not exclude a candidate or a tenderer which has provided sufficient documentation that the candidate or tenderer is reliable, even if the candidate or tenderer is subject to one or more of the grounds for exclusion stated in Sections 135-136. Naviair reserves the right to initiate a procedure regarding “self-cleaning” if relevant.

In regard to Section II.2.7) and the duration of the contract it is noted, that the start date of the contract is only an estimate and not absolute.

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

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

VI.4.2) Body responsible for mediation procedures
NA
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:
16/05/2019

Send til en kollega

0.047