23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 212-484454
Offentliggjort
03.11.2018
Udbudstype
Begrænset udbud

Udbyder

DR

Vindere

DTT Transmitters

(06.02.2020)
Teracom A/S
Taastrup

DAB Transmitters

(06.02.2020)
Rohde & Schwarz Danmark A/S
Glostrup

Audio codecs

(06.02.2020)
Nordic Pro Audio A/S
Rødovre

Soft Led Panels

(06.02.2020)
Atendi A/S
Rødovre

RCS HW Paneler

(06.02.2020)
Lawo AG
Rastatt

Mobile Video Contribution

(06.02.2020)
Mediability Danmark A/S
Søborg

Wireless Equipment

(06.02.2020)
Nordic Pro Audio
Rødovre

Video matrices and converters

(06.02.2020)
J. D. Engineering ApS
Herlev

Optional software licenses for Telos Omnia.9 audio processors

(06.02.2020)
Danmon Group A/S
Gentofte

RCP and Cable for Sony HDCU1500

(06.02.2020)
Sony Europe BV
Weybridge

Snapbags for Velvet Mini

(06.02.2020)
Qvest Media GmbH
Cologne

Internet Video Codecs

(06.02.2020)
Borch Teknik A/S
Hillerød

Wireless Camera Transmitters

(06.02.2020)
Qvest Media GmbH
Cologne

Audio over IP interfaces

(06.02.2020)
Qvest Media Gmbh
Cologne

Audio over IP interfaces & stageboxes

(06.02.2020)
Solid State Logic
Begbroke

Opdateringer

Rettelse
(16.09.2020)

I.3)
Placing the text to be modified:Communication
instead of:
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eusupply.com/app/rfq/rwlentrance_s.asp?PID=221767&B=DR
Additional information can be obtained from the above-mentioned address.
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=221767&B=DR
Tenders or requests to participate must be submitted to the above-mentioned address.
Read:
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/a6ecd232-cd84-4fec-bcb6-4d2e56927dac/homepage
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/a6ecd232-cd84-4fec-bcb6-4d2e56927dac/homepage
Tenders or requests to participate must be submitted to the above-mentioned address.


Additional information
DR has changed their electronic procurement system, therefore DR has updated the link.

Dynamic Purchasing system for Broadcast Equipment and Services for Production and Broadcasting


DR

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
DR
62786515
Emil Holms Kanal 20
Copenhagen
0999
Denmark
Contact person: Tina Edelskov
E-mail: tit@dr.dk
NUTS code: DK

Internet address(es):

Main address: http://www.dr.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/81416

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=221767&B=DR
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=221767&B=DR
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Other type: Media business
I.5) Main activity
Other activity: Media

Section II: Object

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

Dynamic Purchasing system for Broadcast Equipment and Services for Production and Broadcasting

II.1.2) Main CPV code
32000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DR wishes to purchase a broad range of Equipment and Services for use by DR in the production and broadcasting of DR’s media content. The Equipment and Services will be used in DR for the workflows: “acquisition, contribution, postproduction, Radio and TV facilities, Master control Room, Playout and Terrestrial Broadcast cf. Appendix 1 — Workflows of DR broadcast equipment and services.

II.1.5) Estimated total value
Value excluding VAT: 70 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
32200000
32210000
32211000
32240000
32270000
32300000
32321100
32323000
32324000
32330000
32333200
32342420
32500000
38651000
38651100
38651500
48521000
31527000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

DR wishes to purchase of a broad range of equipment, services and support for use by DR in the production and broadcasting of DR’s media content. The equipment and services will be used in DR for the workflows: “acquisition, contribution, postproduction, Master control, playout, broadcast infrastructure, the studios and distribution cf. Appendix 1, — Workflows of DR broadcast equipment and services.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 70 000 000.00 DKK
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 dynamic purchasing system has an open end. DR can at any time close the dynamic purchasing system by giving a notice at TED. The system will close 3 months after the date DR have publish the notice.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Specific purchases may include options.

II.2.12) Information about electronic catalogues
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
III.1.3) Technical and professional ability
List and brief description of selection criteria:

As documentation of the applying company’s professional qualifications the Tenderer must demonstrate experience with as a minimum three similar deliveries (and a maximum of 5) within the past 3 years prior to the deadline for the request to participate.

A similar delivery is a delivery within Broadcast Equipment and Services delivered within the workflows cf. Section II.1.4) and II.2.4) to a Broadcaster with the same complexity and capacity in the infrastructure and channel set-up as DR. DR expects, that our specific purchase typical will be deliveries in values from 50 000 — 2 000 000 DKK, but the specific purchase can also be of less or higher values (DKK).

The list of references should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the supplies as described in Section II.1.4) and II.2.4). The description should include a description of the applicant participation /role in the performance of the deliveries.

The description should also contain information on the date of the deliveries, the size and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country specific information is included, the applicant is asked to provide as much generic information as possible about the delivery) and services provided in connection with the deliveries (if any).

When specifying the date for the deliveries, the applicant should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a Framework Agreement, the description of the deliveries should nonetheless contain information on how the date is set.

Only the deliveries (references) performed at the time for the submission of the application will be considered when assessing if the minimum requirement for suitability stated below is fulfilled.

If the delivery in question is ongoing, it is only the part of the supplies performed and completed at the time of the deadline for the submission of the offer which will be included in the assessment of the delivery.

The list must contain a maximum of 5 previous deliveries whether the tenderer is one entity, composed of a group of entities (e.g. consortium), including temporary joint ventures or relies on the technical and professional capacity of other entities.

If the list contains more than 5, DR will only consider the first 5 deliveries on the list. Deliveries beyond this number will be disregarded.

A applicant may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub-supplier), irrespective of the legal nature of the relations between the applicant and the entity or entities on which the applicant relies. In this case, the applicant shall ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderer’s own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

The applicant will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient).

However, DR reserves the right to contact the applicant and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the ESPD, including details on the specified dates of the performance of the deliveries.

Minimum level(s) of standards possibly required:

Tenderer must demonstrate experience with as a minimum three similar deliveries (and a maximum of five) within the past 3 years prior to the deadline for the request to participate.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Reference is made to the documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. Exact terms are stated in the agreement.

No particular legal form is required. If a contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group.

The agreement must be conducted in consideration of social responsibility (CSR) and it contains a labour clause, please see Appendix 2 for further information.

III.2.3) Information about staff responsible for the performance of the contract

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
The procurement involves the setting up of a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/12/2018
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
IV.2.7) Conditions for opening of tenders

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
Klagenævnet for udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Section 3) of the Danish Consolidation Act No. 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

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 standstill period, cf. § 6(4) of the act on the complaints board for public procurement. If the complaint has not been lodged in the standstill 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 email 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).

Danish Consolidation Act No. 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk).

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
01/11/2018

Send til en kollega

0.063