Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Supplies - 53914-2019

04/02/2019    S24

Denmark-Kastrup: Flight control software package

2019/S 024-053914

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Naviair
National registration number: 26059763
Postal address: Naviair Allé 1
Town: Kastrup
NUTS code: DK012 Københavns omegn
Postal code: 2770
Country: Denmark
Contact person: Frank Christensen
E-mail: fkc@naviair.dk
Telephone: +45 32478000
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
The contract is awarded by a central purchasing body
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=225345&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=225345&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:

Remote Tower and Approach Systems

II.1.2)Main CPV code
48120000 Flight control software package
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 remote tower and approach systems for initially Billund airport (EKBI) with options to enlarge the systems for more airports.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
48121000 Air traffic control software package
72212120 Flight control software development services
II.2.3)Place of performance
NUTS code: DK04 Midtjylland
Main site or place of performance:

Billund Airport

II.2.4)Description of the procurement:

The Air Navigation Service Provider in Denmark, Naviair, wants to procure and put into operation remote tower and approach systems for initially Billund airport (EKBI) to be established in existing building facilities at Billund Airport (Airside).

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: 01/09/2019
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 4
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 4 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 remote tower and approach systems (in operation or in final operational trials) is preferred).

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 procured remote tower and approach system(s) should:

1) Be easily scalable with the addition of more airports to the system(s) in the renovated building and

2) Include the potential procurement of an additional system – or an enlargement of the first system(s) – capable of supporting up to 10 airports and to be installed in another building - yet to be defined - at Billund Airport.

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:

All Candidates will be required to provide the following information/documentation when applying for pre-qualification:

1) Company name;

2) Information on the corporate form;

3) Year founded and length of experience with remote tower and approach systems;

4) A statement (ESPD) which shows that the Candidate is not subject to any of the exclusion grounds listed in articles 57(1) and 57 (2) in directive 2014/24/EU.

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

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

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.

Minimum level(s) of standards possibly required:

A Candidate it automatically excluded from the prequalification 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 deliver information of the principal similar deliveries as covered by this tender for the recent 3 years (specified by contract amount, remote towers system concept, recipients and period of delivery).

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

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

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 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 Candidate 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 Remote Tower technology and ANSP operational technological issues, as demonstrated by, for example:

(i) references to experienced employees considered experts in air traffic control 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 27001;

(ii) EUROCAE standards such as ED-109, ED-153 and ED-240A;

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

(iv) Safety Assessment Methodology (SAM) of Eurocontrol.

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) He fails to demonstrate that he has delivered remote towers and approach systems (in operation or in final operational trial) within the past 3 years.

5) He fails to be able to provide day time technical support (Monday-Friday 8:30-15:30 CET).

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.

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.1.6)Deposits and guarantees required:

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

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.

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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/02/2019
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: 01/12/2019

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
Official name: Klagenævnet for Udbud, Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.2)Body responsible for mediation procedures
Official name: NA
Town: København
Country: 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
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsensvej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
31/01/2019