Supplies - 485339-2021

24/09/2021    S186

Norway-Oslo: Unmanned aerial vehicles

2021/S 186-485339

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Forsvaret v/Forsvarets logistikkorganisasjon
National registration number: 988517860
Postal address: Grev Wedels plass 9
Town: OSLO
NUTS code: NO Norge
Postal code: 0151
Country: Norway
Contact person: Eivind Nilsen
E-mail: eivindnils@mil.no
Internet address(es):
Main address: https://permalink.mercell.com/163571986.aspx
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/163571986.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/163571986.aspx
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
Defence

Section II: Object

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

RPAS (drones) for the Norwegian Coast Guard- Open tender contest

Reference number: 2021019204
II.1.2)Main CPV code
35613000 Unmanned aerial vehicles
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Leasing agreement of Remotely Piloted Aircraft System (RPAS) with associated equipment. 

II.1.5)Estimated total value
Value excluding VAT: 25 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
34710000 Helicopters, aeroplanes, spacecraft and other powered aircraft
34711200 Non-piloted aircraft
II.2.3)Place of performance
NUTS code: NO0A2 Vestland
NUTS code: NO071 Nordland
II.2.4)Description of the procurement:

The objective of the tender contest is to enter into a framework agreement for leasing the Remotely Piloted Aircraft System (RPAS) with associated sensors for use in many of the Norwegian Coast Guard's civilian assignments, for example to provide support to other authorities such as the Norwegian Customs Service and the Norwegian Directorate of Fisheries.

RPAS shall primarily be used as a tool to support the Norwegian Coast Guard's preparation and implementation of operations, as well as to share decision information and documentation related thereof, such as securing evidence.

Courses, i.e. "train the trainer", options for deliveries of accessories, spare parts, insurance, service and warranty will also be part of the agreement.

Some deliveries will undergo a Site Acceptance Test (SAT) to confirm that the RPAS meets the given requirements.

See the attached tender documentation for further information.

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
Value excluding VAT: 25 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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:

Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member countries can be required to fulfil other requirements in the mentioned annex. Documentation requirements: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register or a trade register in the country where the tenderer is established.

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

Tenderers must have sufficient economic and financial capacity to implement the delivery, including satisfactory profit ratio, liquidity ratio and equity ratio.

Minimum level(s) of standards possibly required:

The tenderer's Annual Financial Statements (including notes with the Boards and auditor's reports) from the last 2 years. If the Annual Financial Statements for the previous year are not finished before the tender deadline for this contest expires, the preliminary Annual Financial Statements for the previous year must also be enclosed.

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

There are three requirements: (1) Education and professional qualifications; The tenderer must have sufficient competence to carry out the delivery. Sufficient competence is to be understood as related to the scope of delivery requested in this tender, (2) Environmental Management Measures and (3) Quality Assurance: The tenderer must have a good and effective quality assurance system.

Minimum level(s) of standards possibly required:

(1) Education and professional qualification requirement: Description of education and experience of personnel that the tenderer has available to implement the contract. (2) Environmental management requirement: Description of the tenderer's methods for quality assurance. A description must at least contain information about the company's: Environmental policy, Planning, Commissioning and operation, Control and improvement, Management evaluation. If the tenderer is certified in accordance with ISO 9001 or equivalent, it is sufficient to present a copy of a valid certificate. (3) Quality assurance: Description of the contractor's quality assurance methods. If the tenderer is certified in accordance with ISO 9001 or equivalent standard, it is sufficient to send in a copy of a valid certificate.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 29/10/2021
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 01/03/2022
IV.2.7)Conditions for opening of tenders
Date: 29/10/2021
Local time: 12:30

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
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
20/09/2021