1.
Buyer
1.1.
Buyer
Official name
:
TV 2 Danmark A/S
Legal type of the buyer
:
Public undertaking
Activity of the contracting authority
:
General public services
2.
Procedure
2.1.
Procedure
Title
:
QoE system for TV 2
Description
:
Quality of Experience system for TV 2 to measure viewing metrics for customers watching TV 2 Play.
Procedure identifier
:
e08c9ad5-cd0f-44e4-8611-84ee7223a489
Previous notice
:
8d373df3-00e3-4250-bfe9-3930db9280a0-01
Internal identifier
:
220209351
Type of procedure
:
Open
The procedure is accelerated
:
no
Main features of the procedure
:
Open Procedure.
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
48520000
Multimedia software package
Additional classification
(
cpv
):
48000000
Software package and information systems,
48500000
Communication and multimedia software package,
72000000
IT services: consulting, software development, Internet and support
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
2.1.4.
General information
Legal basis
:
Directive 2014/24/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
QoE system for TV 2
Description
:
Quality of Experience system for TV 2 to measure viewing metrics for customers watching TV 2 Play.
Internal identifier
:
220209351
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
48520000
Multimedia software package
Additional classification
(
cpv
):
48000000
Software package and information systems,
48500000
Communication and multimedia software package,
72000000
IT services: consulting, software development, Internet and support
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration
:
5
Years
5.1.4.
Renewal
Maximum renewals
:
2
The buyer reserves the right for additional purchases from the contractor, as described here
:
TV 2 can extend the Contract for up to 2 times 12 months with written notice to the Supplier 3 months before expiration.
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.10.
Award criteria
Criterion
:
Type
:
Quality
Name
:
Quality
Description
:
For the purposes of TV 2s evaluation in respect of the subcriterion Quality, the subcriterion is awarded one point on a scale from 0-10. The point is based on the evaluation of the tenderer’s answers in annex 1 – Task description, section 4.2. The point is multiplied by the relative weighting of the subcriterion Quality. As regards the subcriterion Quality, tenders are evaluated against an absolute standard. The criterion will be evaluated based on: • How many of the requirements are fulfilled. • How well the answers support the needs of TV 2 and how these ensures the most efficiency for TV 2. • How well the answers show an understanding of the connection between the tenderers system and TV 2 Play and addresses how to minimize risks.
Weight (percentage, exact)
:
50
Criterion
:
Type
:
Quality
Name
:
Service and Support
Description
:
For the purposes of TV 2s evaluation in respect of the subcriterion Service and Support, the subcriterion is awarded one point on a scale from 0-10. The point is based on the evaluation of the tenderer’s answers in annex 4 – Service & Support, section 1. The point is multiplied by the relative weighting of the subcriterion Service and Support. As regards the subcriterion Service & Support, tenders are evaluated against an absolute standard. The criterion will be evaluated based on: • How beneficial the SLA is for TV 2 • How the Support and cooperation gives access to competent personnel that matches TV 2s needs • How the descriptions show that the System is prioritized and securely run by the tenderer
Weight (percentage, exact)
:
10
Criterion
:
Type
:
Quality
Name
:
Implementation
Description
:
For the purposes of TV 2s evaluation in respect of the subcriterion Implementation, the subcriterion is awarded one point on a scale from 0-10. The point is based on the evaluation of the tenderer’s answers in annex 5 – Timeline, Implementation & Testing, section 1 and 2. The point is multiplied by the relative weighting of the subcriterion Implementation. As regards the subcriterion Implementation, tenders are evaluated against an absolute standard. The criterion will be evaluated based on: • That the implementation process is realistic and involves resources at TV 2 when it is necessary or beneficial • The described tests are relevant and ensures that TV 2 will have a system that is well tested when it is going live
Weight (percentage, exact)
:
10
Criterion
:
Type
:
Price
Name
:
Price
Description
:
For the purposes of TV 2s evaluation in respect of the subcriterion Price, a linear points model is applied in which tenders with the lowest price will be assigned 10 points and in which 0 point will be assigned for the lowest price + 100%. For this Tender TV 2 will add a switching cost of 500,000 DKK if the service offered is different than the product used today (Conviva) and will require TV 2 to make changes to TV 2 Play to accommodate for a new system. The amount is based on calculations of 2 developers each for 4 months at a rate of 400 DKK/hour. This is based on the lowest of the best estimates and previous incorporation of a QoE-system. The switching costs are only for the evaluation technical price and is not something that the Supplier must pay to TV 2. They only represent the internal cost for TV 2 in case a new system must be implemented.
Weight (percentage, exact)
:
30
5.1.12.
Terms of procurement
Information about review deadlines
:
I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
5 497 229,00
DKK
6.1.
Result lot ldentifier
:
LOT-0000
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
NicePeopleAtWork
Tender
:
Tender identifier
:
294622-2024
Identifier of lot or group of lots
:
LOT-0000
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
2024-20145
Date of the conclusion of the contract
:
01/11/2024
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
4
8.
Organisations
8.1.
ORG-0001
Official name
:
TV 2 Danmark A/S
Registration number
:
10413494
Postal address
:
Rugårdsvej 25
Town
:
Odense C
Postcode
:
5000
Country subdivision (NUTS)
:
Fyn
(
DK031
)
Country
:
Denmark
Contact point
:
Contract Management
Telephone
:
+45 65919191
Fax
:
+45 65913322
Roles of this organisation
:
Buyer
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud - Nævnenes Hus
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Telephone
:
+45 72405600
Fax
:
+45 33307799
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Telephone
:
+45 41715000
Fax
:
+45 41715100
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
NicePeopleAtWork
Registration number
:
64908460
Postal address
:
Carrer de Roc Boronat, 23
Town
:
Barcelona
Postcode
:
08005
Country subdivision (NUTS)
:
Barcelona
(
ES511
)
Country
:
Spain
Contact point
:
NicePeopleAtWork
Telephone
:
+34 931 22 21 11
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
8.1.
ORG-0005
Official name
:
Mercell Holding ASA
Registration number
:
980921565
Postal address
:
Askekroken 11
Town
:
Oslo
Postcode
:
0277
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
eSender
Telephone
:
+47 21018800
Fax
:
+47 21018801
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
4cfea2e1-f652-4102-b978-ffdafcf45d5d
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
29
Notice dispatch date
:
01/11/2024
06:55:48 (UTC)
Notice dispatch date (eSender)
:
01/11/2024
07:35:19 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
672972-2024
OJ S issue number
:
215/2024
Publication date
:
05/11/2024