Tender Alert: Supply and Installation of the Meteorological Equipment for the Air Traffic Management System

INVITATION FOR TENDERS for Supply and Installation of the Meteorological Equipment for the Air Traffic Management System of Bosnia and Herzegovina
Bosnia and Herzegovina Directorate of Civil Aviation, hereinafter referred to as the Employer, has received a loan from the European Bank for Reconstruction and Development (the Bank) towards the cost of Bosnia and Herzegovina Air Traffic Management Project. The Employer now invites sealed tenders from suppliers for the following contracts to be funded from part of the proceeds of the loan: Supply and Installation of the Meteorological Equipment for the Air Traffic Management System of Bosnia and Herzegovina Tenders are invited for the following lots: a) LOT 1 WEATHER OBSERVING SYSTEM (WOS) LOT 1 consist of: - New and upgraded Automated Weather Observing Stations. This include delivery, installation and launch into operations of 2 complete new AWO System, delivery of components, upgrade and launch into operations of the 2 existing AWO Systems, delivery of specified classic meteorological instrumental equipment. Namely, international airports Banja Luka and Tuzla are not yet equipped with Automated Weather Observing Stations. Obtaining some of meteorological data like RVR and cloud base, including higher observing frequency and data sampling, nowadays is a request. So, these 2 airports should be equipped with the 2 completely new AWOS installations. On the other hand, some of the operational needs requested for the upgrading of the existing AWOSs at the airport of Sarajevo and Mostar. The classic instrumentation of the MET observing stations at Tuzla and Banja Luka are intended for backup reasons. At Sarajevo airport, the wind observation at the runway 30, the backup Runway Visual Range (RVR) device and TV system to RVR monitoring are assessed as an important achievement of its observing system. - Thunderstorm Detectors. In absence of better, but much more expensive equipment like meteorological radars, equipping of all BH international airports with stand alone thunderstorm detectors was chosen, giving to bidders some freedom in suggesting thunderstorm detection system design. b) LOT 2 COMMUNICATION, DATA COLLECTION, DATA PROCESSING AND DATA DELIVERY EQUIPMENT LOT 2 consist of: - Aeronautical Meteorological Telecommunication System, Aeronautical Meteorological Telecommunication System (AeMTS), with a MET Telecommunication Center placed at LQBK airport, shall provide data communication between international (ICAO, WMO) systems, Aerodrome MET Offices (AMO) and Hydro meteorological Institutes of BH entities. Through the computer network infrastructure of the BH ATM System, ATM units will be supplied with needed MET information. AeMTS shall be based upon integration of local area networks at the site of Telecommunication Centre, and remote sites of AMO, e.g. upon modern intranet computer network. The Message Switching System component, supported by the 2 hot stand-by servers, will automatically collect and distribute all of needed data and products, including request-reply mechanisms. - Data Processing and Data Interpretation System In order to overcame a very diverse techniques for processing and presentation of data and products use, and to achieve much better efficiency in every day tasks of forecasters, the new DP&DIS has been designed. DP&DIS shall be a component of the MET system which will integrate the almost all of aeronautical forecaster's needs for data/products interpretation on a single forecaster workstation. - Meteorological Satellite Data Distribution System The integrated receiving station of MSDDS shall provide parallel reception of data and products from DWDSAT and EUMETCast services. It will be integrated into the Message Switching System, also. The aim of the MSDDS implementation is availability of data and products of high quality and high reliability. These data and products are especially intended for the MWO operations support. - SADIS 2G Official satellite aeronautical meteorological distribution system for transmission of aeronautical data and products. There is no aviation MET service without the SADIS system implemented. MET BH shall implement the SSG receiving station, but integrated into the Message Switching System of the aeronautical meteorological telecommunication system in order to supply all BH airports and potential users with WAFS products and OPMET data and products. - VOLMET The future BH ATC applications shall provide real-time and other types of meteorological data broadcasting for aircrafts in flight destined or altered to BH international airports. The assessment is that a VOLMET system should be the first and a minima requirement at the early beginning of BH ATM operations. All of the abovementioned equipment will be installed on the aerodromes in Bosnia and Herzegovina. To be qualified for the award of the contract, the tenderer shall demonstrate to the Employer that it satisfies the following minimum requirements as specified below: a) LOT 1 1) The tenderer's audited balance sheets for the past 3 years (2005-2007) are required to demonstrate the soundness of the tenderer's financial position, showing long term profitability; 2) Average annual turnover as prime contractor (defined as billing for supply and installation of plant and equipment in progress and completed) over the last 3 years of EUR 3 000 000 or equivalent; 3) Successful experience as prime contractor in the execution of at least 3 project involving supply and installation of Aeronautical Weather Observing System of nature and complexity comparable to the proposed contract within the last 5 years. In addition, if expertise is not available in the house, the tenderer may claim the experience of specialist subcontractors providing that the tenderer submit an appropriate confirmation of the proposed Subcontractor or Manufacturer's Authorisation Form. Failure to submit such confirmation or manufacturers authorisation form may cause rejection of the tender; 4) Access to, or availability, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the required cash flow for the contract for the period of 6 months, estimated as not less than EUR 500 000 or equivalent taking into account the applicants commitments for other contracts; 5) Tenderer shall be certified in accordance with ISO 9001:2000. Joint ventures tenderers for the LOT 1 must satisfy the following minimum qualification criteria: The lead partner shall meet: a) not less than 40 percent of the qualifying requirements for the average turnover and financial position b) have successful experience in supply and installation of Aeronautical Weather Observing System of nature and complexity comparable to the proposed contract; The other partners shall meet: a) not less than 25 percent of the qualifying requirements for the average turnover and financial position. The joint venture must satisfy collectively the qualifying requirements for the average turnover and financial position stated above, for which purpose the relevant figures for each of the partner shall be added to arrive at the joint venture' total capacity. b) LOT 2 1) The tenderer's audited balance sheets for the past 3 years (2005-2007) are required to demonstrate the soundness of the tenderer's financial position, showing long term profitability; 2) Average annual turnover as prime contractor (defined as billing for supply and installation of plant and equipment in progress and completed) over the last 3 years of EUR 5 000 000 or equivalent; 3) Successful experience as prime contractor in the execution of at least 1 project involving supply and installation of MSS of nature and complexity comparable to the proposed contract within the last 3 years, and also successful experience as prime contractor in the execution of at least 5 projects involving supply and installation of DP&DIS within the last 3 years. In addition, if expertise is not available in the house, the tenderer may claim the experience of specialist subcontractors providing that the tenderer submit an appropriate confirmation of the proposed Subcontractor or Manufacturer's Authorisation Form. Failure to submit such confirmation or manufacturers authorisation form may cause rejection of the tender. 4) Access to, or availability, liquid assets, unencumbered real assets, lines of credit, and other financial means sufficient to meet the required cash flow for the contract for the period of 6 months, estimated as not less than EUR 140 000 or equivalent taking into account the applicants commitments for other contracts; 5) Tenderer shall be certified in accordance with ISO 9001:2000. Joint ventures tenderers for the LOT 2 must satisfy the following minimum qualification criteria: The lead partner shall meet: a) not less than 40 percent of the qualifying requirements for the average turnover and financial position b) have successful experience in supply and installation of MSS and DP&DIS, each of them being of nature and complexity comparable to the proposed contract. The other partners shall meet: a) not less than 25 percent of the qualifying requirements for the average turnover and financial position, and b) have successful experience in supply and installation of DP&DIS of nature and complexity comparable to the proposed contract. The joint venture must satisfy collectively the qualifying requirements for the average turnover and financial position stated above, for which purpose the relevant figures for each of the partner shall be added to arrive at the joint venture' total capacity. Tenderers are invited for 1 or 2 lots. Each lot must be priced separately. Tendering for contracts to be financed with the proceeds of a loan from the Bank is open to firms from all countries. The proceeds of the Bank's loan will not be used for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. Tender documents may be obtained from the address below upon payment of a non-refundable fee of EUR 100 or equivalent in a convertible currency for each lot. Payments will be performed in accordance with the following instruction: Beneficiary: Central Bank of Bosnia and Herzegovina, Ministry of Finance and Treasure Beneficiary's bank: DEUTSCHE BANK AG FRANKFURT Account number: 935 9621 0000 EUR SWIFT CODE: CBBSBA22 Call number: 0641321 Reason of payment: Tender Documentation fee Bosnia and Herzegovina Directorate of Civil Aviation Upon request, the documents will be promptly despatched by courier, but no liability can be accepted for loss or late delivery. All tenders must be accompanied by a Tender Security of: a) EUR 8 000 or equivalent in a convertible currency for LOT 1; b) EUR 4 000 or equivalent in a convertible currency for LOT 2. The Tender Security shall be in the form of a Demand Guarantee governed by the Uniform Rules for Demand Guarantees published by the International Chamber of Commerce (ICC), and must be delivered to the address below on or before 8.7.2008 (13:00) local time, at which time they will be opened in the presence of the tenderers' representatives who wish to attend. Prospective tenderers may obtain further information from, and inspect and acquire the tender documents at, the following office: Mr. Đelal Hasečić, Bosnia and Herzegovina Directorate of Civil Aviation, Fehima ef. Čurčića 6, 71 000 Sarajevo, Bosnia and Herzegovina . Tel: +387 33 251 368. Fax: +387 33 251 351, e-mail: dzelal.hececic@bhdca.gov.ba Deadline: 08/07/2008
Contact
ATC Network
From
ATC Network
Website
www.atc-network.com
Date

Comments

There are no comments yet for this item

Join the discussion

You can only add a comment when you are logged in. Click here to login