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
2023/S 112-351902
Offentliggjort
13.06.2023
Udbudstype
Offentligt udbud

Udbyder

TV 2 Danmark A/S

Purchase of a Playout and Channel Branding Solution


TV 2 Danmark A/S

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: TV 2 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/205307668.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/205307668.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/205307668.aspx
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Media and broadcast

Section II: Object

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

Purchase of a Playout and Channel Branding Solution

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

Playout and Channel Branding Solution including related services.

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)
30210000 Data-processing machines (hardware)
32000000 Radio, television, communication, telecommunication and related equipment
32320000 Television and audio-visual equipment
72210000 Programming services of packaged software products
72600000 Computer support and consultancy services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

DK DANMARK

II.2.4) Description of the procurement:

The scope of the Solution is to provide TV 2 with a Solution that provide a higher technical quality than TV 2 has today to support a better user experience, combined with the need for flexible decentralized production (e.g., distributed production).

The Contract will have a duration of maximum 8 years from the Commencement date. The duration is divided into a 4-year 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.

The procurement procedure is made under the rules in the Danish Public Procurement Act 1 as an open prcedure. Therefore all interested suppliers are invited to submit a tender. 

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Functional requirement / Weighting: 45%
Quality criterion - Name: Non-functional requirement / Weighting: 30%
Quality criterion - Name: Security / Weighting: 5%
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 8 years from the Commencement date. The duration is divided into a 4-year 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:

Solvency rate and positive equity

Minimum level(s) of standards possibly required:

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

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

References

Minimum level(s) of standards possibly required:

The Suppliers must in the ESPD provide a minimum of two (2) and maximum of four (4) references from projects of similar nature and capacity. The references must be started and/or ongoing and/or finished during the past three (3) years before the deadline of submitting of tenders.

The references must be described in an in-depth form and format where TV 2 clearly can derive that the Supplier has provided a solution of similar nature and capacity as the solution in this tender. Minimum two (2) references must include a description of how the Supplier has:

A. Implemented a Playout and Channel Branding Solution to an organisation of similar on-premise nature as TV 2 in regards to number of channels, setup and complexity.

B. Has implemented the below listed features:

a. A resilience Solution based on 1+1

b. Input formats e.g. ST2110, NDI

c. Output formats e.g. UHD / HD 1080p/50 SDR and 2160p50 HDR/HLG

d. Creative Channel branding

e. Accessibility e.g. spoken subtitles, subtitles

All references must include the following descriptions:

1. Period of the project and length of the implementation

2. Description of the project where the Supplier describes A and B in-depth.

All references should include the following descriptions:

1. Name of the customer (please indicate if it is confidential)

2. Contact person at the customer

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: 10/07/2023
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: 10/07/2023
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 Playout and Channel Branding Solution and the Multiview Solution are linked together, and by dividing the two into lots it will add extra risk project in form of added responsibility for both TV 2 and the Suppliers for coordinating and managing a successful implementation of two (2) separate projects, rather than one (1). The two (2) solutions and the integration between them are tight strongly together. 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. Appendix A Self declaration must be submitted with the tender: I declare under honour that there is no Russian involvement in the contract of the company I represent exceeding the limits set in Article 5k of Council Regulation (EU) No 833/2014 of 31 July 2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No 2022/578 of 8 April 2022.

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:
08/06/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|