23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2015/S 197-356441
Offentliggjort
12.10.2015
Udbudstype
Begrænset udbud

Udbyder

TV 2 Danmark A/S

Vindere

Cameras for ENG production

(20.02.2016)
Sony Nordic (Denmark) a Branch of Sony Europe Ltd
Industriparken 29
2750 Ballerlup

Cameras for ENG production (pre-qualification).


TV 2 Danmark A/S

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

TV 2 Danmark A/S
Rugårdsvej 25
For the attention of: Tom Vindum
5000 Odense C
DENMARK
E-mail: tvin@tv2.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/53780354.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/53780354.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/53780354.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/53780354.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/53780354.aspx

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Other: public owned TV station
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:
Cameras for ENG production (pre-qualification).
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: Denmark.

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 DANMARK A/S (TV 2) hereby invites all interested and qualified suppliers to apply for pre-qualification in relation to the tender ‘Cameras for ENG production’. The tender will form a framework agreement for delivery of cameras and accessories, training, documentation and support.
Scope of tender:
The tender includes delivery of the following equipment plus training, documentation and support:
Estimated quantity Product:
— 55 ENG cameras and viewfinders;
— 25 VJ cameras;
— 30 Ultra portable cameras (optional);
— 340 Recording media;
— 70 Media readers;
— 25 Portable players/recorders
— 2 Stationary recorders.
The cameras will primarily be used for news and sports and a key feature is speed in production and standardized workflows. Therefore, solid-state recording media must be the same type for ENG and VJ cameras. Video codex must be the same for ENG and VJ cameras and it must be possible to match the look and the image quality between the two camera types. The lens mount for ENG cameras must be 2/3” B4 bayonet mount.
TV 2’s basic requirement for the HI-Res codecs in the ENG and VJ cameras is a max. of 50 Mb/s and in order to ensure a high speed workflow a key feature is a native end-to-end workflow in the Avid production system (ISIS/Interplay) and native playout from TV 2’s Harmonic/Omneon playout servers without transcoding.
The cameras should act as ‘connected cameras’ i.e. should be possible to download assignment metadata to the camera and it should be possible to upload media and metadata from the camera to the production and planning systems. Finally, TV 2 wishes to live stream directly from the connected cameras.
The framework agreement will have a duration of 3 years. TV 2 is entitled to extend the framework agreement for 1 year, which means that the framework agreement can have a maximum duration of 4 years.
The regional TV 2 stations (TV 2/Lorry, TV 2/NORD, TV SYD, TV 2/FYN, TV ØST, TV MIDTVEST, TV 2/ØSTJYLLAND and TV 2/Bornholm) must have the right to sign framework agreements and buy cameras and accessories under the same conditions as TV 2 during the contract period of the TV 2 framework agreement. The Contractor and the individual regional TV 2 station that wishes to utilize this option must sign framework agreements identical to the framework agreement between TV 2 and the Contractor.
Preliminary time schedule for the tender process is attached as document D.

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/53780354.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

32240000, 32333200

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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: yes
Description of these options: Ultra portable cameras must be offered as an option. Software upgrades, advance shipment of spare parts and a spare kit must be offered as options.
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

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 of the cases stipulated in Council Directive 2004/18/EF of March 31, 2004, article 45 (1), litra a-d and article 45 (2), litra a-d and g. Evidence hereof must be enclosed, by signing the attached document: ‘A — Solemn declaration of exclusion scenarios’.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates must provide economical and financial key figures for each of the last 3 accounting years available, including:
1) Company's total turnover;
2) Company's turnover in the relevant product area;
3) Net income;
4) Equity;
5) Number of full time employees.
Information must be provided in the attached document B: ‘Key figures form’. If the Company has existed for less than 3 years, key figures shall be stated for all of the company's available accounting years.
Minimum level(s) of standards possibly required: Candidates that have had a negative equity in the most recent accounting year will be considered not suitable, unless the candidate can provide documentation to the effect that the equity has been rebuilt.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Actual deliveries in the past 24 months (references) A list of actual deliveries in the past 24 months, which are comparable with the delivery requested, including description, time of delivery and the name of the customer. TV 2 reserves the right to ask for contact details and the candidate is expected to be able to deliver contact information for at least two references. Organization Information about the sales, service and support organization's structure, size, expertise and geographical location.
Minimum level(s) of standards possibly required:
Candidates must provide at least two deliveries from the past 24 months that TV 2 can consider as comparable to the delivery requested by TV 2.
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: In the event of more suitable candidates than planned, the contracting entity will select from the candidates that unquestionably possess the required financial strength to deliver the products offered, the candidates possessing the best and most relevant technical capacity, in light of the products offered and with a view to optimizing competition.
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
6.11.2015 - 10:00
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
IV.3.8) Conditions for opening of tenders

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: Complaints not to have been pre-qualified must be filed with Klagenævnet for Udbud (The Danish Complaints Board for Public Procurement) within 20 days from the day after the contracting authority's notice of who has been pre-qualified. Other complaints must be filed with Klagenævnet for Udbud within 45 days from the day after the contracting authority has published a notice in The Official Journal of the European Union that the contracting authority has entered the contract.
At the same time as the complaint is filed with Klagenævnet for Udbud, a fee of 20 000 DKK is payable. At the same time as the complaint is filed with Klagenævnet for Udbud, the complainant must send or e-mail a copy of the complaint, including enclosures, to the contracting authority. The complainant must send a copy of the notification to Klagenævnet for Udbud.
The contracting authority must observe a standstill period of 10 calendar days as of the day after the day when the contracting authority has notified the tenderers of the award of the contract. If the complaint is received by Klagenævnet for Udbud by the end of the standstill period, the complaint has automatically temporary delaying effect until Klagenævnet for Udbud has decided whether the complaint shall have 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:
7.10.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|instance-web04