23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Metal Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 137-392917
Offentliggjort
19.07.2022
Udbudstype
Udbud efter forhandling

Udbyder

Naviair

Vindere

Electronic Access Control

(15.09.2023)
Scanview A/S
Navervej 12
7000 Fredericia

Electronic Access Control


Naviair

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: DK01 Hovedstaden
Postal code: 2770
Country: Denmark
Contact person: Charlotte Perch Hellinghus
E-mail: cpe@naviair.dk
Telephone: +45 32478912
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.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=337085&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=337085&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:

Electronic Access Control

II.1.2) Main CPV code
35120000 Surveillance and security systems and devices
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Air Navigation Service Provider in Denmark, Naviair, intends to procure hardware, software and services for installation of a new Electronic Access Control System to be installed at Naviair’s headquarter in Kastrup and Control Tower South located in Copenhagen Airport, Denmark.

In addition, 7 speedgates and a self-service guest registration unit will be included in the purchase for installation at Naviair’s headquarter in Kastrup.

II.1.5) Estimated total value
Value excluding VAT: 10 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
35120000 Surveillance and security systems and devices
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

Kastrup

II.2.4) Description of the procurement:

Naviair intends to procure hardware, software and services for installation of a new Electronic Access Control System to be installed at Naviair’s headquarter in Kastrup and in Control Tower South located at Copenhagen Airport, Denmark.

In addition, 7 speedgates and a self-service guest registration units will be included in the purchase for installation at Naviair’s headquarter in Kastrup.

Detailed information regarding the purchase and the requirements will be found in the ITT documents.

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: 10 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 20/02/2023
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: 3
Objective criteria for choosing the limited number of candidates:

Naviair is entitled to limit the number of candidates who are prequalified.

If more than 3 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 3 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 the most robust economy and also the majority and most relevant previous deliveries/references in comparison to the purchase described in section II.1.4) and section II.2.4) above (Electronic Access Control and Speedgates etc.).

The evaluation will be based on the economic information listed in the European Single Procurement Document (ESPD) according to section III.1.2 and list of references according to section III.1.3.

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. If 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:

In addition to the purchase described above, the tenderer shall also offer the following options: Related guideways, cabling, installation of card-readers, cabling and infrastructure to speed-gates, extra card-readers, servers, video doorbells/additional video doorbells, spareparts, service agreement, hardware, repair and return service. Further information regarding options is available in the ITT documents.

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 prequalification must be submitted through the Tender Management System

mentioned in section I.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

In the ESPD the economic operator 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;

Return on equity (ROE);

and size of equity in the recent financial year.

In case the information concerning financial ratios are not available for the entire period required, the economic operator must state in the ESPD the date on which the economic operator 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.

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.

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

In the ESPD the economic operator must deliver information of the principal similar deliveries (being in operation) as covered by this tender for the recent 5 years (specified by contract amount, specific type of Electronic Access Control and Speedgates, recipients and period of delivery).

In the ESPD the economic operator must deliver information of the technical facilities and measures for ensuring quality.

In the ESPD the economic operator must deliver information on the educational and professional qualifications held by the economic operator, and its managerial staff regarding expertise in Electronic Access Control and Speedgates and technological issues regarding Electronic Access Control and Speedgates.

In the ESPD the economic operator must confirm 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, standards or directives, which are set out in the procurement documents.

In the CTM system the economic operator must deliver information of (local) support services for Electronic Access Control System(s) and Speedgates delivered in Denmark.

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:

A candidate is automatically excluded if:

He fails to demonstrate expertise in Electronic Access Control and Speedgates and technological and security issues.

2) He fails to provide information regarding organized company structure and systematic work processes, as demonstrated by, for example:

i. Certification by recognized standards such as ISO 9001.

ii. Ample justification for non-adherence to accepted 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 Electronic Access Control and Speedgates technology experience, new company identity from older experienced companies, etc.).

4) He fails to having delivered Electronic Access Control System(s) and Speedgates in operation

5) He fails to be able to provide local support (in Denmark) regarding Electronic Access Control System(s) and Speedgates

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.1.2 and III.1.3 with regard to the other entity. 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.

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 prequalification phase if the candidate (or the entity) is subject to any of the exclusion grounds listed in articles 57(1), 57 (2) and 57 (4) 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 III: Economic and financial ability; and Technical capacity with respect to the 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:

The Contractor must be able to offer key employees (intended to perform the services at Naviair premises) that understands and speak Danish.

The employees performing the services at Naviair premises must be able to obtain Personnel Security Clearances (PSCs) at "NATO Secret" level.

The Contractor must accept Naviairs Code of Conduct as part of the contract requirements.

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: 22/08/2022
Local time: 13:00
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:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 01/02/2023

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 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), 57(2) and 57(4) in Directive 2014/24/EU (implemented in § 135-137 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 135-137 of the Danish Procurement Act (mandatory exclusion grounds). Naviair 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 -137:

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 (Erhvervsstyrelsen) 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 1367, 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- and 1367. Naviair reserves the right to initiate a procedure regarding “self-cleaning” if relevant.

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@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk
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 prequalified. 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:
14/07/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|