Supplies - 84398-2019

22/02/2019    S38

Belgium-Bruxelles: Acquisition of Equipment, Appliances, Hardware, Software Licences and related Services for the Video Post-Production Platform (VPPP) Infrastructure of the General Secretariat of the Council of the EU

2019/S 038-084398

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Conseil de l'Union européenne, Secrétariat général
Postal address: rue de la Loi 175
Town: Bruxelles
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Postal code: 1048
Country: Belgium
E-mail: tendering@consilium.europa.eu
Telephone: +32 2-2818062
Fax: +32 2-2800262
Internet address(es):
Main address: https://tendering.consilium.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4405
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Acquisition of Equipment, Appliances, Hardware, Software Licences and related Services for the Video Post-Production Platform (VPPP) Infrastructure of the General Secretariat of the Council of the EU

Reference number: UCA 18/059
II.1.2)Main CPV code
32210000 Broadcasting equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The new framework contracts are aimed at ensuring that the video post-production platform of the General Secretariat of the Council of the EU (“the Secretariat”) is improved, kept running and up to date to fit with the technological evolution in the broadcast domain, with the needs related to the Secretariat's audiovisual operations and with the expectations of all key stakeholders (President of the European Council/European Council, Presidency/Council, Eurogroup President/Eurogroup) and media clients.

The call for tenders is divided into 2 lots.

Each separate lot for this procedure will be awarded separately.

For lot 1: the secretariat will award 1 framework contract to 1 single operator.

For lot 2: the secretariat will award maximum 3 framework contracts (multiple framework contract with reopening of competition).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Acquisition of Equipment, Appliances, Hardware, Software Licences and related Services for the Video Post-Production Platform (VPPP) Infrastructure of General Secretariat of the Council of the EU

Lot No: 1
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
32000000 Radio, television, communication, telecommunication and related equipment
48000000 Software package and information systems
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51310000 Installation services of radio, television, sound and video equipment
II.2.3)Place of performance
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:

B-1048 Brussels, 175 rue de la Loi.

II.2.4)Description of the procurement:

Lot 1 covers modules/products/services related to the core activities of the Video Post-Production Platform (VPPP) and Media Asset Management (MAM) environment. The existing VPPP is based on the Cinegy Media Asset Management (MAM) platform and future investments, under the contract(s) resulting from this procurement procedure, shall be compatible with the existing Cinegy MAM.

The core activities of the VPPP notably includes (non-exhaustive list):

— Media Asset Management (MAM platform: Cinegy software and the hardware it is running on),

— video network management including monitoring, remote accessibility and security,

— capture/ingest of live video signals and video files (software and the hardware it is running on, including Cinegy Capture, GPU and video signal acquisition cards),

— edit video signals and files (Cinegy workstations and the hardware it is running on, including video post-production plugins),

— (remote) Video production: live video production and high-end video post-production (including IHSE KVM system),

— transcode and compress video files,

— distribute video files (FileCatalyst),

— archive video files.

Therefore the provision (including delivery, installation and integration) of all types of modules/products/services related to these activities is covered by this lot. It includes (broadcast-grade) network supplies, video monitoring and video security supplies, hardware and software to be integrated in the existing VPPP, specifically but not limited to Cinegy products and modules. Lot 1 includes hardware/software products and services related to the secretariat's archiving and MAM database, capture stations, editing stations, convert stations, video networks, IHSE KVM solution, video monitoring solution, video file transfer solution, and future proof solutions which enable us to follow the quickly changing market of video production workflows.

For more details on the modules/products/services covered by Lot 1, please refer to the tender specifications common to Lot 1 and Lot 2 as well as those specific to Lot 1.

II.2.5)Award criteria
Criteria below
Price
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: no
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

The estimated volume of services/supplies is set out in the tender specifications.

II.2)Description
II.2.1)Title:

Modules/Products/Services, related to the Non-core Activities of the Video Post-Production Platform (VPPP), File-based Workflow and Media Asset Management (MAM) environment

Lot No: 2
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
32000000 Radio, television, communication, telecommunication and related equipment
48000000 Software package and information systems
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51310000 Installation services of radio, television, sound and video equipment
II.2.3)Place of performance
NUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
Main site or place of performance:

B-1048 Brussels, 175 rue de la Loi

II.2.4)Description of the procurement:

Lot 2 covers modules/products/services related to the non-core activities of the Video Post-Production Platform (VPPP), file-based workflow and Media Asset Management (MAM) environment.

The non-core activities of the VPPP notably includes (non-exhaustive list):

— quality control appliance,

— change-over and up/down/cross-convert appliances,

— signal and media converters.

The supplies provided will help at improving the overall file-based workflow and video delivery systems. In many cases, the supplies need to be tightly integrated with the rest of the VPPP infrastructure. Therefore, the ease of integration with Cinegy products, the VPPP network and the core-activities of the VPPP is of high priority.

Lot 2 includes hardware/software products and services related to future proof solutions enabling us to follow the quickly changing market of video editing (regarding e.g. reference and multiview screens, colorgrading, editing consoles), file transcoding and file formats, signal protocol converters and gateways, file quality control and adaptation of video files to the specifications of the secretariat.

For more details on the modules/products/services covered by Lot 2, please refer to the tender specifications common to Lot 1 and Lot 2 as well as those specific to Lot 2.

II.2.5)Award criteria
Criteria below
Price
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: no
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

The estimated volume of services/supplies is set out in the tender specifications.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: 05/04/2019
Local time: 16:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
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: 12/04/2019
Local time: 15:00
Information about authorised persons and opening procedure:

The opening of offers may have to be rescheduled at short notice in case of unforeseen events taking place in or around the general secretariat's premises on the planned date for the opening of offers.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal de l'Union européenne
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: Tribunal de l'Union européenne
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge of the plaintiff an appeal has to be lodged with the General Court. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.

Time limits are extended on account of distance by a fixed period of 10 days regardless of the place of establishment or habitual residence of the person concerned.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Conseil de l'Union européenne, Secrétariat général, ORG.4 — Unité de coordination des acquisitions (UCA)
Postal address: rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail: tendering@consilium.europa.eu
Telephone: +32 22818062
Fax: +32 22800262
Internet address: https://tendering.consilium.europa.eu/
VI.5)Date of dispatch of this notice:
12/02/2019