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
2022/S 204-578271
Offentliggjort
21.10.2022
Udbudstype
Offentligt udbud

Udbyder

TV2/DANMARK A/S

Opdateringer

Rettelse
(18.11.2022)

IV.2.2
instead of:
Date: 21-11-2022
Time: 10:00
Read:
Date: 28-11-2022
Time: 10:00

IV.2.7
Placing the text to be modified:Date
instead of:
Date: 21-11-2022
Time: 10:00
Read:
Date: 28-11-2022
Time: 10:00

AVoIP Platform including Services


TV2/DANMARK A/S

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: TV2/DANMARK A/S
National registration number: 10413494
Postal address: Rugårdsvej 25
Town: Odense C
NUTS code: DK Danmark
Postal code: 5000
Country: Denmark
Contact person: Contract Management
E-mail: contract@tv2.dk
Telephone: +45 65919191
Fax: +45 65913322
Internet address(es):
Main address: https://permalink.mercell.com/188255264.aspx
Address of the buyer profile: http://www.tv2.dk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/188255264.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/188255264.aspx
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Medie and broadcast

Section II: Object

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

AVoIP Platform including Services

II.1.2) Main CPV code
48000000 Software package and information systems
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The scope of this tender is to provide TV 2 DANMARK A/S with a full end-to-end AVoIP Platform including related services such as service, support and consulting in the provided hardware and software for the duration of the Contract. 

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32000000 Radio, television, communication, telecommunication and related equipment
32420000 Network equipment
32580000 Data equipment
48200000 Networking, Internet and intranet software package
48800000 Information systems and servers
72000000 IT services: consulting, software development, Internet and support
II.2.3) Place of performance
NUTS code: DK031 Fyn
II.2.4) Description of the procurement:

TV 2 DANMARK A/S (hereinafter TV 2) is undergoing a major technology shift, where traditional broadcast infrastructure and SDI cables etc. will be replaced by an IP video infrastructure, based predominantly on software, and standard hardware. This major shift requires a new platform from where TV 2 can carry live video and audio streams over a new IP network infrastructure. This new AVoIP Platform will allow TV 2 to migrate traditional video systems into IP based systems and provide connectivity and orchestration of new native IP based broadcast systems.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Functional requirements / Weighting: 50%
Quality criterion - Name: Non-functional requirements / Weighting: 30%
Price - Weighting: 20%
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The Contract will have a duration of maximum eight (8) years from the Commencement date. The duration is divided into a four (4) years mandatory period and 4 optional periods of 12 months. TV 2 may each year extend the Contract with the optional period by giving a notice 3 months before the expiration of the current period of the Contract.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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:

A. Solvency ratio

B. Insurance

Minimum level(s) of standards possibly required:

A. The minimum requirements for financial capacity are as follows:

1. A solvency ratio of at least 10% for each of the last three (3) financial years.

2. A positive equity for each of the last three (3) financial years.

B. The Tenderer must comply with TV 2's requirements to the Tenderer's professional liability and product liability insurance. The Tenderer must, during the entire term of the Contract, have taken out and maintain a lawful and valid professional liability and product liability insurance with a recognised insurance com-pany and with an insurance sum that must be at least DKK 10 million or EUR 1.3 million per damage and a total of at least DKK 10 million or EUR 1.3 million per year.

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

References

Minimum level(s) of standards possibly required:

The Tenderers must in the ESPD provide minimum two (2) and maximum three (3) references (custom-ers). The references must be started and/or finished during the past five (5) years before the deadline of submitting of tenders.

In all references Tenderers must have provided at least three (3) of the following four (4) capabilities. The Tenderer must document delivery of all four (4) capabilities across the references provided.

a. Provided and implemented a multivendor 2110 live broadcast network

b. Provided and implemented a SDN orchestration solution

c. Provided a managing endpoint control (NMOS and/or API) integrated with a Broadcast Control System (BCS) and

d. Provided and implemented a redundant media network

The references must include the below:

1. Period of the project (start date / finished date)

2. Name of the customer (please indicate if that is confidential)

3. Description of the reference which in details describes how the Tenderer has:

a. Provided and implemented a multivendor 2110 live broadcast network

b. Provided and implemented a SDN orchestration solution

c. Provided a managing endpoint control (NMOS and/or API) integrated with a Broadcast Control System (BCS) and

d. Provided and implemented a redundant media network

4. Contact person at the customer

It is important that the Tenderer writes in details about the references.

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.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/11/2022
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 21/11/2022
Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.3) Additional information:

The Contract is not divided into lots in this tender. The Solution for the AVoIP Platform is closely linked between 1) solution design, 2) hardware delivery and 3) implementation, and by dividing the tender into three lots it will add extra risk to the project in form of added responsibility for both TV 2 and the Suppliers for coordinating and managing a successful implementation of separate projects, rather than one (1). Furthermore, dividing the tender into lots will add significant extra costs for TV 2 and the Suppliers. By not dividing the tender into lots, TV 2 will obtain economies of scale for internal as well as external costs.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud - Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799
Internet address: http://www.naevneneshus.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
Fax: +45 41715100
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
18/10/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|