23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 096-229723
Offentliggjort
18.05.2020
Udbudstype
Offentligt udbud

Udbyder

DR

Vindere

Retender of Digitization of 1/4" Audiotapes

(04.09.2020)
Memnon Archiving Services SA
Brussels

Retender of Digitization of 1/4" Audiotapes


DR

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: DR
National registration number: 62786515
Postal address: Emil Holms Kanal 20
Town: København C
NUTS code: DK011
Postal code: 0999
Country: Denmark
Contact person: Peter Roepstorff
E-mail: proe@dr.dk
Telephone: +45 28542227

Internet address(es):

Main address: http://www.dr.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/81416

I.2) Information about joint procurement
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=270112&B=DR
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=270112&B=DR
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Other type: Media
I.5) Main activity
Other activity: Media business

Section II: Object

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

Retender of Digitization of 1/4" Audiotapes

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

Digitization of a large collection of 1/4" audiotapes. The collection consists of 211.200 tapes containing an estimated 78 000-86 000 hours of recordings; mainly published material. The project consists of transporting, digitizing, delivering of digital files and destroying the audiotapes after the digitalization.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
72310000
72314000
72317000
72319000
II.2.3) Place of performance
NUTS code: DK011
II.2.4) Description of the procurement:

Retender of the tender digitization of ¼” audiotapes of March 3rd 2020 with updated material of 27 March 2020. Changes have been made to the material. Particular attention is drawn to the following points:

— specified information about storage of cardbox boxes and container storage,

— updating of Appendix 1 and Appendix 2; ID 2.10, ID 2.13, ID 2.23, ID 3.6 and ID 3.7,

— updating of main timetable in Appendix 4,,

— new data protection agreement cf. Appendix 7.

With this EU-Tender DR will digitize a large collection of ¼” audiotapes. The collection consists of 211.200 tapes containing an estimated 78.000-86.000 hours of recordings; mainly published material. The project consists of transporting, digitizing, delivering of digital files and destroying the audiotapes after the digitalization. The material is stored in cardboard boxes in 20-feet containers at Holger Danske Flytteforretning, Vallensbækvej 43, DK-2650 Brøndby, Denmark.

DR’s collection of ¼" audiotapes must be digitized to preserve it as a cultural heritage. Digitization needs to be done without loss of media essence or metadata.

• The tapes are from 1950s to 2006. It is mainly published programs within all genres. However, it also includes unpublished productions, e.g. concert recordings.

• The tapes are from various manufacturers.

• The tapes are on reels, not cores.

• The reels are mostly 10” (app. 80 %) and 7” (app. 20 %). A small amount is 5” or even smaller reels (<5 %).

• Each tape is held in a cardboard box. Each box may also hold paper describing the contents of the tape, small booklets, and other audio-formats than a ¼" audiotape.

• The speeds of the recordings are 15” and 7½”. A small sub-collection may run at lower speed.

• Tapes are mostly stereo. Older tapes are mono. Small sub-collections may contain 2 or 4 track recordings.

• Tapes are mostly filled with content but may also have various length of blank tape after true content.

• Telcom noise reduction is widely used on tapes from the 1980s and forward.

• Other labels on the boxes than the barcodes are often not well attached.

• Overall, the tapes are in good condition and recordings are of broadcast quality done by professional technicians.

• All boxes that are easily identified as other formats than ¼” audiotapes have been removed by DR before packing. But some smaller formats could be stored in the ¼” audiotape boxes and have not been located and removed.

• All tapes are stored in cardboard boxes for transport. Each box contains around 28 tapes all with the barcodes visible for easy scanning. The cardboard boxes are owned by DR. Ownership of the cardboard boxes passes to the Supplier and the boxes should not to be returned to DR.

• Cardboard boxes are barcoded and stored in containers. The containers are owned by Holger Danske Flytteforretning.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Timetable / Weighting: 10
Price - Weighting: 50
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 03/08/2020
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.2.12) Information about electronic catalogues
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

For not having to perform the extensive testing control more than once, the contract is not suited for division.

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

The Company must fulfil the following minimum requirements regarding the financial capacity:

• The company’s yearly turnover in the last available financial year.

The tenderer must have a minimum turnover equivalent of DKK 4 million from the latest concluded financial year. If the tenderers turnover is measured in a currency other than DKK, the exchange rate from the date of conclusion of the latest financial year is applied to determine if the tenderer fulfils the turnover requirement.

• The company’s solvency ratio in the last available financial year.

A solvency ratio of at least 5 % is required in the most recent available financial year. The solvency ratio is calculated as the company’s total equity in relation to the company’s total assets, calculated as a percentage. The solvency ratio is calculated as (total equity/total assets) x 100 = solvency ratio. The calculation should be stated in the description field of the ESPD in connection with the indication of the solvency ratio in part IV,b.

If the tender is based on the ability of other entities, the solvency ratio is calculated on the basis of all the participant’s total equity and assets.

For an association of business owners (eg, a consortium), the solvency ratio is calculated on the basis of all participants’ total equity.

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

• The tenderer’s references from other projects or subcontractors to prove technical capacity:

The references must describe minimum one and maximum three digitization projects conducted by the tenderer in the period from 1 March 2017 to 1 March 2020.

It is not a requirement, that a project was started and/or completed during the time period. Projects initiated prior to the period and projects completed after the end date of the period can be included, as long as the project has been in operation during the period stated above.

The references must overall document relevant experiences with:

• digitization of at least 30,000 audiovisual tapes in one project, and

• digitization of 1/4” audiotapes.

The references must be described in the ESPD and cannot be attached as an annex or attachment. The description of the references in the ESPD is the final documentation.

The description text for each reference must have a maximum of 800 words in the ESPD. This is equivalent to approx. two A4 pages in a Word document. It is the tenderer’s responsibility to ensure that the individual reference do not exceed 800 words in the ESPD, hence the tenderer should specify the number of words of each reference. If the description of a reference exceeds the maximum of 800 words, the contracting authority will only include the first 800 words in its assessment.

The description of references also ought to include the following information, but without these being minimum requirements:

• the name of the project,

• the formats and number of tapes,

• the output file format (container and codec),

• the encoder or encoders (brand and type) used for digitization,

• the start date and end date of the project,

• a description of how the project was conducted.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/06/2020
Local time: 10:00
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
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
IV.2.7) Conditions for opening of tenders
Date: 16/06/2020
Local time: 10:00

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:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: http://naevneneshus.dk/tart-din-klage/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Section 3 of the Danish Consolidation Act no 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement be filed with The Complaints Board for Public Procurement within:

1) 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).

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision.

3) 6 months starting the day after the contracting authority has sent notification to the candidates /tenderers involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the public procurement act, provided that the notification included a short account of the relevant reasons for the decision.

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the public procurement act.

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the complaints board for public procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the act on the complaints board for public procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The e-mail of the complaints board for public procurement is stated in section VI.4.1).

The complaints board for public procurement’s own guidance note concerning complaints is available at the internet address stated in section VI.4.1).

Danish Consolidation Act no 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk)

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 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:
14/05/2020

Send til en kollega

0.047