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
2021/S 171-446326
Offentliggjort
03.09.2021
Udbudstype
Begrænset udbud

Udbyder

Danmarks Radio

Vindere

Contract on Content Delivery Network Services including related Services

(08.03.2023)
Akamai Technologies Denmark ApS
Copenhagen

Contract on Content Delivery Network Services including related Services


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
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/035f312f-ec5b-470a-ba71-9bf088290046/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#/035f312f-ec5b-470a-ba71-9bf088290046/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#/035f312f-ec5b-470a-ba71-9bf088290046/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#/035f312f-ec5b-470a-ba71-9bf088290046/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 Content Delivery Network Services including related Services

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:

The scope of the included services is as follows: Streaming CDN. Streaming is for both live and on demand streaming for video, audio and a web. The services must include Origin storage and blanking enforcement. It should be noted that DR are providing TV channels as well as live event encoder Service and Video On demand with subtitles. There are two different use cases for subtitling, one for foreign languages and one for Danish subtitles for the hearing impaired. Normally the Danish subtitles for the hearing impaired is closed subtitles and not visible until activated by the viewer, while subtitling of foreign languages is open subtitles by the player. DR will provide a HD-SDI signal with a SMPTE 2031 teletext insertion for subtitling. DR also uses WEBVTT side car for subtitles.

II.1.5) Estimated total value
Value excluding VAT: 150 000 000.00 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 scope of the included services is as follows: Streaming CDN. Streaming is for both live and on demand streaming for video, audio and a web.

WEB CDN is defined as web acceleration and transparent caching of text, graphics and scripts, server load balancing and failover features.

The services must also include Origin storage, being the storage holding the transcoded media files for publishing by the streaming nodes. DR publishes content from internal storage (DR storage) to the Origin storage. Reporting data and logs, that secure the ability to provide raw log and reporting usage data that can then be analyzed by DR using separate tools for Quality of Experience purposes as well as reporting to rights holders, must be provided. Geo-blocking is an essential part of the required digital rights management infrastructure. Geo-blocking allows DR to ensure that some content will be restricted to Denmark and no other geographical locations.

Blanking enforcement is another essential part of the digital rights management infrastructure, this involves subtitling. Live encoding involves encoding of a live video signal feed delivered as HD-SDI from the source to multiple distribution formats. Live feed to On Demand network DVR and time-shifting is to enable a live video or audio signal to be ingested directly into the streaming infrastructure and recorded to provide replay, pausing and restart functionality to End-Users. The Web CDN service has the purpose to improve the End-User experience when they are accessing DR's web applications.

It should be noted that DR are providing TV channels (and live event encoder Service as well as Video On demand) with subtitles (captioning). There are two different use cases for subtitling, one for foreign languages and one for Danish subtitles for the hearing impaired. Normally the Danish subtitles for the hearing impaired is closed subtitles and not visible until activated by the viewer, while subtitling of foreign languages is open subtitles by the player. DR will provide a HD-SDI signal with a SMPTE 2031 teletext insertion for subtitling. DR also uses WEBVTT side car for subtitles.

The Contract will have a term of 7 years from the commencement date.

Furthermore DR wants to refer to Appendix 1 and 2.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Requirements for the delivery of the solution during the Contract period / Weighting: 40%
Quality criterion - Name: Implementation / Weighting: 20%
Quality criterion - Name: Sustainability / Weighting: 3%
Price - Weighting: 37%
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
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:

Image-scaling functionality listed in Appendix 2 section 12

DRM (Digital Right Management) listed in Appendix 2 section 4

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

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 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 tenderers must in the ESPD provide a minimum of three and a maximum of five relevant external references from projects of similar nature and capacity, where at least one reference should be for WEB CDN and at least two should be for live and OnDemand video and radio streaming CDN. References for WEB CDN must include a description of how the tenderers have provided a web-caching solution similar to dr.dk and in a similar capacity and complexity. References regarding live and OnDemand must be of similar capacity, similar complexity and for similar platforms (HbbTV, iOS and Android/applications as described by DR in Appendix 1. The references should be in accordance with the Danish Public Procurement Act article 155(1)(2).

Contracts of similar nature: The tenderer must include a description of references where the tenderer has provided streaming CDN and WEB CDN in a similar scale as described in the contract including appendices executed and finalized within the last 3 years.

The references must be listed in the ESPD document. If information cannot be disclosed for confidentiality reasons, this must be indicated. If confidential information prevents DR to evaluate a reference’s credibility, relevance or scope, the reference will not be considered.

Tenders, that do not meet the stated minimum requirements in the contract notice and the ESPD, will be considered as non-compliant and will not be evaluated.

Each reference must maximum contain a maximum of 4800 characters including spaces . The Tenderer should in the beginning of each reference state the amount of characters, this is not calculated in the amount characters for each reference.

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
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/10/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/08/2021
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
Duration in months: 6 (from the date stated for receipt of tender)

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:
31/08/2021
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|