Services - 175425-2020

Submission deadline has been amended by:  187518-2020
14/04/2020    S73

Norway-Oslo: Air-sea rescue services

2020/S 073-175425

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Justis- og beredskapsdepartementet
National registration number: 972 417 831
Postal address: Gullhaug Torg 4A
Town: Oslo
NUTS code: NO NORGE
Postal code: 0484
Country: Norway
Contact person: Cathrine Lindanger
E-mail: cathrine.lindanger@jd.dep.no
Telephone: +47 22245355
Internet address(es):
Main address: https://www.regjeringen.no/no/id4/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/339554
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=267834&B=DFO
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=267834&B=DFO
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Public order and safety

Section II: Object

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

Procurement of Rescue Helicopter Services for Tromsø, Svalbard and for the Police

Reference number: 20/1784
II.1.2)Main CPV code
60443100 Air-sea rescue services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Ministry of Justice and Public Security (the 'Ministry'), the Governor of Svalbard, and the Directorate of Police, (together the 'Contracting Authority'), invite interested parties to compete for the provision of helicopter services from:

— a new SAR (search and rescue) base located in Tromsø, and

— Svalbard, (as a continuation of the existing SAR base).

The services in question can be awarded together as a joint operation (in this case called 'Base North'), or as two separate operations under two separate contracts. The third system that will be assessed in the dialogue would be only to enter into a contract for the base in Tromsø, and instead continue to use the existing contract for the base on Svalbard.

The new base in Tromsø will also enable transport services for the police as an option.

II.1.5)Estimated total value
Value excluding VAT: 265 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Tromsø

Lot No: 1
II.2.2)Additional CPV code(s)
75252000 Rescue services
63734000 Hangar services
60000000 Transport services (excl. Waste transport)
60424000 Hire of air transport equipment with crew
60400000 Air transport services
II.2.3)Place of performance
NUTS code: NO NORGE
Main site or place of performance:

Norway and Svalbard.

II.2.4)Description of the procurement:

The Ministry of Justice and Public Security (the 'Ministry'), the Governor of Svalbard, and the Directorate of Police, (together the 'Contracting Authority'), invite interested parties to compete for the provision of helicopter services from:

— a new SAR (search and rescue) base located in Tromsø, and

— Svalbard, (as a continuation of the existing SAR base).

The services in question can be awarded together as a joint operation (in this case called 'Base North'), or as two separate operations under two separate contracts. The third system that will be assessed in the dialogue would be only to enter into a contract for the base in Tromsø, and instead continue to use the existing contract for the base on Svalbard.

The Contracting Authority is looking, through a dialogue with suppliers, to find the most advantageous solution for the Contracting Authority.

The contract will be valid for 6 years, with an option for an extension for 2 + 2 years.

The start-up of the services will be in 2022, with a possible temporary transition period. The duration and terms for such a transition period are detailed in the contest documents. The final version will depend on the outcome of the dialogue.

As a starting point, the Contracting Authority will provide hangar facilities, but tenderers can offer their own hangar facilities in Tromsø.

The new base in Tromsø will also enable transport capacity for the police as an option. The need for such services and start-up dates for them will be clarified and decided as part of the dialogue.

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: 72
This contract is subject to renewal: yes
Description of renewals:

Can be extended for 2 + 2 years.

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

— the new base in Tromsø will also enable transport services for the police as a option,

— increase in the number of crew members at the base in Tromsø,

— replacement helicopter with crew,

— HF radio, satellite communication system, extra storage capacity for fuel, night vision glasses, and charging points for equipment.

See the tender documentation for further information on the options.

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
II.2)Description
II.2.1)Title:

Svalbard

Lot No: 2
II.2.2)Additional CPV code(s)
75252000 Rescue services
63734000 Hangar services
60000000 Transport services (excl. Waste transport)
60424000 Hire of air transport equipment with crew
60400000 Air transport services
II.2.3)Place of performance
NUTS code: NO NORGE
II.2.4)Description of the procurement:

The Ministry of Justice and Public Security (the 'Ministry'), the Governor of Svalbard, and the Directorate of Police, (together the 'Contracting Authority'), invite interested parties to compete for the provision of helicopter services from:

— a new SAR (search and rescue) base located in Tromsø, and

— Svalbard, (as a continuation of the existing SAR base).

The services in question can be awarded together as a joint operation (in this case called 'Base North'), or as two separate operations under two separate contracts. The third system that will be assessed in the dialogue would be only to enter into a contract for the base in Tromsø, and instead continue to use the existing contract for the base on Svalbard.

The Contracting Authority is looking, through a dialogue with suppliers, to find the most advantageous solution for the Contracting Authority.

The contract will be valid for 6 years, with an option for an extension for 2 + 2 years.

The start-up of the services will be in 2022, with a possible temporary transition period. The duration and terms for such a transition period are detailed in the contest documents. The final version will depend on the outcome of the dialogue.

As a starting point, the Contracting Authority will provide hangar facilities, but tenderers can offer their own hangar facilities in Tromsø.

The new base in Tromsø will also enable transport capacity for the police as an option. The need for such services and start-up dates for them will be clarified and decided as part of the dialogue.

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: 72
This contract is subject to renewal: yes
Description of renewals:

2 years + 2 years.

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

— replacement helicopter with crew,

— HF radio, satellite communication system, extra storage capacity for fuel, night vision glasses, and charging points for equipment.

See the tender documentation for further information on the options.

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
List and brief description of conditions:

1) Tenderers must be a legally established company.

2) Norwegian tenderers: tenderers must have fulfilled their tax and duty obligations.

Foreign tenderers: tenderers must have fulfilled their tax and duty obligations in the country where they are established.

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

3) Tenderers must have sufficient economic and financial ability to be suitable as a supplier in this procurement.

Minimum level(s) of standards possibly required:

See the tender documentation.

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

4) Tenderers must have a well-functioning quality assurance system.

5) Tenderers must have sufficient resources (personnel/employees) with the required qualifications to be able to establish and manage an organisation with the ability to administer and carry out the services in the contract period (this includes EASA Part M).

6) Tenderers must have sufficient experience from other relevant assignments within helicopter services, particularly including SAR and/or air ambulance operations by helicopter over land and sea in demanding weather conditions in areas with a winter climate (snow and ice) and mountainous areas.

7) Tenderers must have a valid AOC in accordance with the EASA rules, and have access to a certified maintenance organisation (EASA Part 145), and a valid EASA certificate for transporting passengers and goods in 'non-regulated commercial air transport'. Tenderers must also have a valid certificate for operating in other types of operations (HEMS, SAR and IFR), in accordance with EASA and the national rules.

8) Tenderers must have the ability to implement an environmental management system.

The Contracting Authority will set a deadline of minimum 15 days, in accordance with the PPR §20-7, for tenderers to petition for a temporary injunction against the decision that they are not invited to the dialogue.

Minimum level(s) of standards possibly required:

See the tender documentation.

III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

See the tender documentation.

III.2.2)Contract performance conditions:

See the tender documentation.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
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.1.8)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: 08/05/2020
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, Norwegian

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo Tingrett
Postal address: Postboks 2106
Town: Oslo
Postal code: 0125
Country: Norway
VI.5)Date of dispatch of this notice:
09/04/2020