Fakta om udbudet
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
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
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Denmark.
NUTS code DK031
Duration of the framework agreement
Duration in years: 3Scope 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.
32240000, 32333200
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.
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)
Section III: Legal, economic, financial and technical information
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.
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.
Section IV: Procedure
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.
Section VI: Complementary information
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
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.
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