23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 081-143147
Offentliggjort
27.04.2015
Udbudstype
Offentligt udbud

Udbyder

TV2 / DANMARK A/S

Vindere

Video Production Switcher Systems

(20.07.2015)
Avit Systems A/S
Riihimäkivej 6
9200 Aalborg SV

Video Production Switcher Systems


TV2 / DANMARK A/S

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

TV2 / DANMARK A/S
Rugårdsvej 25
For the attention of: Keld Nordahl
5000 Odense C
DENMARK
Telephone: +45 65215004
E-mail: keno@tv2.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/50586201.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/50586201.aspx

Further information can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/50586201.aspx

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/50586201.aspx

Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/50586201.aspx

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Other: TV Broadcaster
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Video Production Switcher Systems.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Teglholms Alle 16, DK 2450 Copenhagen SV.

NUTS code DK031

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3
II.1.5) Short description of the contract or purchase(s)
TV 2 is planning to replace our current SD video production switchers for 24/7 NEWS production and feature magazine production in Copenhagen with new HD video production switcher systems. Currently, a GV Kayak SD250C is used for the production of 24/7 NEWS. The Kayak system has been in production since Q3 2007.
For this project, TV 2 will build two new production control rooms. The aim is to build two completely separate chains of production (production chains), equalling a design incorporating two separate broadcast video production switchers using traditional, proprietary video switcher technology. The background for this is a required high redundancy and up-time and the ability to take one production chain out of service for maintenance leaving the second production chain in full operation. In addition to traditional switcher technology, TV 2 is open to a HD broadcast video switcher system architecture based on dynamic, IT based re-assignable resources. The system architecture of such a system must however be created in a way, that a defect or breakdown does not affect both production chains / production control rooms.
Such an IT based architecture can share of processing power for input/output resources inherently, but a key factor for any system architecture offered is very high redundancy.
The broadcast video switchers will to a large extend only be controlled from an automation system (VizRT Mosart). A common control panel for the video switcher functionality in the two control rooms must be offered. This panel will only be used for set-up of effects etc. to be recalled and used by the Mosart automation.
The broadcast video production switcher systems must therefore be controllable from two separate Mosart automation systems from VizRT, i.e. one Mosart system controls what equals one traditional video switcher. Current Mosart software level at TV 2 is v.3.6.3.
The router control system at TV 2 is Virtual Studio Manager from L-S-B (Lawo). Current Virtual Studio Manager software level at TV 2 is 14.1.1. (Build: 1932). The offered broadcast video production switcher must have integration to VSM.
The tender will form an agreement for delivery of video production switcher systems, installation, training, documentation and support and a framework agreement for extending the provided system with extra units and features.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/50586201.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

32211000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 26.6.2015. Completion 26.6.2018

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Evidence hereof must be enclosed in accordance with article 45, paragraph 3 a-b of the Directive, by signing the attached document ‘Sworn statement under Article 45’. Requirement: Tenderer is excluded if ‘Sworn statement under Article 45’ is not correct signed or if Tenderer is covered by the exclusion criteria's listed in the statement.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: B)Revised accounts for the last 2 financial years. The tenderer shall enclose a summary of key figures from the last two audited financial statements show equity and profit after tax. The Contracting Authority reserves the right to solicit the audited accounts of the tenderer. c)If the tenderer is established for less than two years ago, annual Assurance Report on equity and profit after tax, shall instead be attached. If the supplier has existed for less than two years, the supplier shall submit revised annual accounts available. In the event the supplier has not yet signed annual accounts, the supplier shall submit its most recent interim accounts. The accuracy hereof must be confirmed by signature of the supplier's account manager or the supplier's accountant. d)Turnover in connection with similar services Declaration of the yearly turnover in connection with delivery of similar services within the past 2 years.
Minimum level(s) of standards possibly required: Tenderers who have had negative equity in the most recent fiscal year, will be assessed as unfit, and the request will not be granted.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
E)Actual deliveries in the past 24 months. (references) A list of actual deliveries in the past 24 months, which are comparable with the Systems requested, including description, time of delivery and the name and contact information of the customer. f)Organization Information about the sales, service and support organization's structure, size, expertise and geographical location.
Minimum level(s) of standards possibly required:
At least two deliveries in the past 24 months that TV 2 can consider as comparable to the system offered.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
1.6.2015 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
until: 25.9.2015
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: www.klfu.dk
Fax: +45 33307799

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: As a consequence of the Danish act no. 492 of 12.5.2010 with subsequent amendments regarding enforcement of the rules for procurement etc., complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, if the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date). However, if the tender concerns a framework agreement complaints must be filed with The Complaints Board for Public Procurement within 6 months after the Contracting Authority has sent notification to the candidates/ tenderers involved that the Contracting Authority has entered into the framework agreement if the notification included a short account of the relevant reasons for the decision. The complainant must inform the contracting authority of the appeal in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint has been lodged in the stand-still period. If the appeal has not been lodged in the standstill period, the appellant must also state whether it is requested that the appeal is granted delaying effect.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
Fax: +45 41715100

VI.5) Date of dispatch of this notice:
21.4.2015

Send til en kollega

0.047