23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 072-183749
Offentliggjort
14.04.2021
Udbudstype
Offentligt udbud

Udbyder

Danmarks Radio

Vindere

(26.07.2021)
Cibicom A/S
Taastrup

Opdateringer

Rettelse
(12.05.2021)

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 14-05-2021
Time: 10:00
Read:
Date: 21-05-2021
Time: 10:00

Contract on Lease and Operation of DR FM/DAB Distribution Network


Danmarks Radio

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Radio
Postal address: DR Byen
Town: København S
NUTS code: DK Danmark
Postal code: 2300
Country: Denmark
Contact person: Helle Worm-Marquardtsen
E-mail: hewo@dr.dk
Telephone: +45 28549318
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/f9a78366-d2d2-4ee1-8e18-02a9b76003cb/homepage
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/f9a78366-d2d2-4ee1-8e18-02a9b76003cb/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/f9a78366-d2d2-4ee1-8e18-02a9b76003cb/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/f9a78366-d2d2-4ee1-8e18-02a9b76003cb/homepage
I.4) Type of the contracting authority
Other type: Media company
I.5) Main activity
Other activity: Media

Section II: Object

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

Contract on Lease and Operation of DR FM/DAB Distribution Network

II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

DR needs a new distribution network for FM and DAB+ broadcasting. This tender covers the transmission of data from DR Byen to the individual transmitter sites, to be provided as a service.

It includes the lease and operation of a large number of transmission lines, as well as intermediate hardware both in DR Byen and at the transmitter sites, including but not limited to networking equipment, audio codecs and DAB EDI to ETI converters.

A very high level of reliability is required, and redundant transmission lines will be a necessity for a large number of sites. Design proposals are provided in the tender material, but ultimately the design of the system is up to each potential vendor.

II.1.5) Estimated total value
Value excluding VAT: 35 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

The tender covers the following types of equipment and services:

• delivery of Audio-over-IP (AoIP) multichannel codec equipment for real-time uncompressed audio transmission and transmission of audio services through a new IP/MPLS-based primary distribution network between DR Byen and the 16 main FM-transmitter sites in Denmark.

• transmission of existing RDS and DARC services through the IP/MPLS network comprising main and protection connections to the same 16 FM-transmitters.

• transmission of existing DAB EDI signals for DAB+ audio services through the IP/MPLS network to a number of transmitter sites in DK, for further information see excel sheet.

• delivery of external EDI-> ETI converters with protection switching for the DAB transmitters that are not prepared for EDI input signals.

• real time, low-latency IP/MPLS connections from DR Byen to all the 16 FM-transmitter sites and a number of DAB transmitter sites. The connections for the FM-transmitters must be able to provide very high reliability including error protection and seamless protection of the audio signals, and with simple protection switching for the RDS and DARC signals. The connections to all FM sites and some specified DAB sites must be implemented with full redundancy, preferably with fiber connections in separate routes in the ground all the way to the transmitters.

• a centralized Management and Control (M&C) system for supervision of correct operation of the above equipment and the connections, with current status reporting back to an MCR PC in DR.

• installation, testing and commissioning of the equipment and the connections.

• 24/7 operation of the equipment and the IP/MPLS connections according to a specified SLA for the entirety of the contract.

The suggested extent of the requested delivery (without options) is:

• 64 audio terminals for FM primary distribution applications (2 x 16 multichannel encoder terminals at DR Byen and 2x16 multichannel decoder terminals at the FM transmitter sites).

• 53 x 2 EDI -> ETI converters with protection switching for adapting EDI signal to the ‘old’ DAB transmitters with ETI-inputs only.

• 2 large Gb/s Ethernet switches with many ports to be installed in DR Byens Server Room 1 and 2, respectively.

• 2 x 16 small Gb/s Ethernet switches with few ports to be installed at the FM-transmitter sites.

• up to 2 x 54 small Gb/s Ethernet switches with few ports to be installed at the DAB-transmitter sites (the actual number is dependant of the chosen system solution).

• 2 x 16 IP/MPLS unicast capable connections from DR Byen’s Server Room 1 and 2 for audio, RDS and DARC signals to all the FM-transmitters implemented with full redundant routes.

• 2 x 18 IP/MPLS multicast capable connections from DR Byen’s Server Room 1 and 2 for DAB EDI signals to the DAB-transmitters implemented with full redundant routes, of which 12 are shared with FM transmitters on the same site.

• 2 x 43 IP/MPLS multicast capable connections from DR Byen’s Server Room 1 and 2 for DAB EDI signals to all the smaller low-priority DAB-transmitters implemented with full redundant routes connections from DR Byen’s Server Room 1 and 2 at least all the way to the nearest exchange, and a single ‘last mile’ connection to the DAB transmitter site.

• 1 M&C system for control and supervision and monitoring of all audio codecs, EDI->ETI converters and IP/MPLS connections.

• Installation and commissioning of the Equipment, in close collaboration between the Contractor and the Customer. It is recommended that the contractor is cooperating with a Danish speaking system integrator that is able to carry through the system integration and implementation at the transmitter sites.

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: 35 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 102
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: yes
Description of options:

The tender includes an option for buying EDI/ETI converters during the contract.

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

The contract is not divided into lots on the grounds, that a division of the contract would not ensure a sufficient competition in the current market.

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:

The Tenderer’s Economic and financial capacity should be described in the ESPD, the Tenderer should state the following informations:

Minimum requirements:

• positive annual revenue of DKK 5 million for all three (3) financial years,

• positive equity for all three (3) financial years,

• a solvency ratio of at least 10 % in all three (3) financial years.

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

The tenderer’s technical capacity should be described by the Tenderer in the ESPD by including a list of references for three similar contracts within the three previous years, in accordance with section 155(1)(iii).

The references must be for equivalent transformation projects and/or operation of similar projects. By an equivalent transformation project it is meant that the Tenderer should document the completion of a similar project of either the same complexity and/or size.

Tenders from Tenderers that do not live up to the minimum requirements specified in the contract notice and/or the ESPD will be considered non-compliant and will be rejected without further evaluation.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The contract agreement must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix 11 for further 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.1.8) 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
Notice number in the OJ S: 2021/S 055-137498
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/05/2021
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.2.7) Conditions for opening of tenders
Date: 14/05/2021
Local time: 10:00
Place:

DR Byen

Information about authorised persons and opening procedure:

There will not be acces view the opening of the offers.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
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: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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.

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: www.kfst.dk
VI.5) Date of dispatch of this notice:
09/04/2021

Send til en kollega

0.062