Ausschreibungen und Aufträge: Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör - UK-St Peter Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör Kommunikationsanlage Flughafenkommunikationssystem (COM) Luftverkehrskontrolle Flugsicherung Dokument Nr...: 102830-2020 (ID: 2020030209180994571) Veröffentlicht: 02.03.2020 * UK-St Peter: Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör 2020/S 43/2020 102830 Bekanntmachung vergebener Aufträge Ergebnisse des Vergabeverfahrens Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Ports of Jersey Postanschrift: Jersey Airport Ort: St Peter NUTS-Code: UKZ Postleitzahl: JE1 1BY Land: Vereinigtes Königreich Kontaktstelle(n): Mrs Fiona Planterose E-Mail: [6]Fiona.Planterose@ports.je Telefon: +44 1534446094 Internet-Adresse(n): Hauptadresse: [7]http://www.ports.je/pages/default.aspx Adresse des Beschafferprofils: [8]http://www.ports.je/pages/default.aspx I.2)Informationen zur gemeinsamen Beschaffung I.4)Art des öffentlichen Auftraggebers Agentur/Amt auf regionaler oder lokaler Ebene I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Voice Communication Systems for Air Traffic Control at Jersey Airport, Channel Islands Referenznummer der Bekanntmachung: DN418890 II.1.2)CPV-Code Hauptteil 32000000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: Ports of Jersey are looking for a turnkey solution to replace the existing Voice Communication Systems for ATC, as the existing system is approaching end of life. II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.1.7)Gesamtwert der Beschaffung (ohne MwSt.) Wert ohne MwSt.: 760 000.00 GBP II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 32570000 34967000 63732000 34962200 II.2.3)Erfüllungsort NUTS-Code: UKZ II.2.4)Beschreibung der Beschaffung: 3.1) The outline of the project is for a turnkey solution to replace the existing voice communication systems for Air Traffic Control (ATC) at Ports of Jersey airport. The existing VCS is approaching end of life and due to the lack of OEM support, the decision has been taken to replace the system. The turnkey solution shall comply with all applicable regulatory standards; 3.2) The successful tenderer will be responsible for all suppliers and subcontractors, the installation, integration, test and technical handover of the equipments which, includes the safety assurance documentation; 3.3) 2 systems are required: (a) Air Traffic Control Centre (ATCC) existing HMI and radio/telephone interfaces are 15 positions, 30 telephones, approximately 20 radios, a crash alarm and a public announcement channel; (b) Air Traffic Control Contingency Facility (ATC-B) existing HMI and radio/telephone interfaces are 9 positions, 6 telephones. 4 radios, a crash alarm and a public announcement channel; (a) in addition, the main Emergency Voice Communications System, E-VCS, is also to be replaced. This is end of life and no longer supported by the supplier. The existing emergency VCS in the ATC-B centre will not be replaced at this time. Options for upgrades to this system during this project will be considered. The E-VCS current HMI and radio/telephone interfaces are 11 positions, 5 telephones and 7 radios. 3.4) The tender will be split into 3 main areas, with the requirement that the ATCC and ATC-B Voice Communications System have a common supplier, make, model, spares and training requirements, as explained above. (a) Voice Communications System (VCS) ATCC and ATC-B; (b) Emergency Voice Communication System (E-VCS) ATCC; (c) associated works and fibre interconnectivity support in order to effectively install the voice communications system. 3.5) The VCS is operational 24/7 and the expected design life cycle is 15 years. 3.6) Those tenderers who are invited to tender (ITT) will be able to conduct a site survey at the airport, so that the tenders can fully familiarise themselves with the existing design and integration requirements. II.2.5)Zuschlagskriterien Qualitätskriterium - Name: References / Gewichtung: 5 % Qualitätskriterium - Name: Capability and supply / Gewichtung: 25 % Qualitätskriterium - Name: Integration and installation / Gewichtung: 15 % Qualitätskriterium - Name: Training and compliance / Gewichtung: 10 % Qualitätskriterium - Name: Ongoing services and support / Gewichtung: 10 % Qualitätskriterium - Name: Programme management and delivery / Gewichtung: 10 % Preis - Gewichtung: 25 % II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: nein IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [9]2019/S 132-323604 IV.2.8)Angaben zur Beendigung des dynamischen Beschaffungssystems IV.2.9)Angaben zur Beendigung des Aufrufs zum Wettbewerb in Form einer Vorinformation Abschnitt V: Auftragsvergabe Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 27/02/2020 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Frequentis AG Ort: Vienna NUTS-Code: UKZ Land: Vereinigtes Königreich Der Auftragnehmer ist ein KMU: nein V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Gesamtwert des Auftrags/Loses: 760 000.00 GBP V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt VI: Weitere Angaben VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Ports of Jersey Ort: St Peters Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 27/02/2020 References 6. mailto:Fiona.Planterose@ports.je?subject=TED 7. http://www.ports.je/pages/default.aspx 8. http://www.ports.je/pages/default.aspx 9. https://ted.europa.eu/udl?uri=TED:NOTICE:323604-2019:TEXT:DE:HTML OT: 02/03/2020 S43 Supplies - Contract award notice - Open procedure United Kingdom-St Peter: Radio, television, communication, telecommunication and related equipment 2020/S 043-102830 Contract award notice Results of the procurement procedure Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Ports of Jersey Postal address: Jersey Airport Town: St Peter NUTS code: UKZ Postal code: JE1 1BY Country: United Kingdom Contact person: Mrs Fiona Planterose E-mail: [6]Fiona.Planterose@ports.je Telephone: +44 1534446094 Internet address(es): Main address: [7]http://www.ports.je/pages/default.aspx Address of the buyer profile: [8]http://www.ports.je/pages/default.aspx I.2)Information about joint procurement I.4)Type of the contracting authority Regional or local agency/office I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: Voice Communication Systems for Air Traffic Control at Jersey Airport, Channel Islands Reference number: DN418890 II.1.2)Main CPV code 32000000 II.1.3)Type of contract Supplies II.1.4)Short description: Ports of Jersey are looking for a turnkey solution to replace the existing Voice Communication Systems for ATC, as the existing system is approaching end of life. II.1.6)Information about lots This contract is divided into lots: no II.1.7)Total value of the procurement (excluding VAT) Value excluding VAT: 760 000.00 GBP II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 32570000 34967000 63732000 34962200 II.2.3)Place of performance NUTS code: UKZ II.2.4)Description of the procurement: 3.1) The outline of the project is for a turnkey solution to replace the existing voice communication systems for Air Traffic Control (ATC) at Ports of Jersey airport. The existing VCS is approaching end of life and due to the lack of OEM support, the decision has been taken to replace the system. The turnkey solution shall comply with all applicable regulatory standards; 3.2) The successful tenderer will be responsible for all suppliers and subcontractors, the installation, integration, test and technical handover of the equipments which, includes the safety assurance documentation; 3.3) 2 systems are required: (a) Air Traffic Control Centre (ATCC) existing HMI and radio/telephone interfaces are 15 positions, 30 telephones, approximately 20 radios, a crash alarm and a public announcement channel; (b) Air Traffic Control Contingency Facility (ATC-B) existing HMI and radio/telephone interfaces are 9 positions, 6 telephones. 4 radios, a crash alarm and a public announcement channel; (a) in addition, the main Emergency Voice Communications System, E-VCS, is also to be replaced. This is end of life and no longer supported by the supplier. The existing emergency VCS in the ATC-B centre will not be replaced at this time. Options for upgrades to this system during this project will be considered. The E-VCS current HMI and radio/telephone interfaces are 11 positions, 5 telephones and 7 radios. 3.4) The tender will be split into 3 main areas, with the requirement that the ATCC and ATC-B Voice Communications System have a common supplier, make, model, spares and training requirements, as explained above. (a) Voice Communications System (VCS) ATCC and ATC-B; (b) Emergency Voice Communication System (E-VCS) ATCC; (c) associated works and fibre interconnectivity support in order to effectively install the voice communications system. 3.5) The VCS is operational 24/7 and the expected design life cycle is 15 years. 3.6) Those tenderers who are invited to tender (ITT) will be able to conduct a site survey at the airport, so that the tenders can fully familiarise themselves with the existing design and integration requirements. II.2.5)Award criteria Quality criterion - Name: References / Weighting: 5 % Quality criterion - Name: Capability and supply / Weighting: 25 % Quality criterion - Name: Integration and installation / Weighting: 15 % Quality criterion - Name: Training and compliance / Weighting: 10 % Quality criterion - Name: Ongoing services and support / Weighting: 10 % Quality criterion - Name: Programme management and delivery / Weighting: 10 % Price - Weighting: 25 % 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 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 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: no IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [9]2019/S 132-323604 IV.2.8)Information about termination of dynamic purchasing system IV.2.9)Information about termination of call for competition in the form of a prior information notice Section V: Award of contract A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 27/02/2020 V.2.2)Information about tenders Number of tenders received: 4 Number of tenders received from tenderers from other EU Member States: 4 The contract has been awarded to a group of economic operators: no V.2.3)Name and address of the contractor Official name: Frequentis AG Town: Vienna NUTS code: UKZ Country: United Kingdom The contractor is an SME: no V.2.4)Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 760 000.00 GBP V.2.5)Information about subcontracting Section VI: Complementary information VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Ports of Jersey Town: St Peters Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 27/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de