Dodávky - 328158-2017

22/08/2017    S159

Belgium-Brussels: Intercommunication system, measurement and monitoring equipment for broadcast application

2017/S 159-328158

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Parliament, Directorate-General for Communication, Directorate for Media, Audiovisual Unit
Postal address: rue Wiertz 60
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1047
Country: Belgium
Contact person: José Viejo Manzanal, PHS 01A063
E-mail: avtenders@europarl.europa.eu
Internet address(es):
Main address: http://www.europarl.europa.eu
Address of the buyer profile: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2728
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=2728
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:

Intercommunication system, measurement and monitoring equipment for broadcast application.

Reference number: COMM/DG/AWD/2017/742.
II.1.2)Main CPV code
32000000 Radio, television, communication, telecommunication and related equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The Audiovisual Unit of the European Parliament is planning to award a public contract for the supply and installation of intercommunication system, measurement and monitoring equipment for broadcast application and related services in Strasbourg and Brussels.

There are 2 separate lots:

— lot 1: intercommunication equipment,

— lot 2: measurement and monitoring equipment.

The audiovisual service would like to renew its audiovisual facilities in Strasbourg and Brussels to achieve the following objectives:

— to replace the 17 years old infrastructure in Strasbourg by new technology,

— to anticipate technical and operational evolution in the EP buildings in Brussels,

— to enable the production of high-definition television signals,

— to enable the IP transition for broadcast application,

— to meet with the growing needs of media professionals,

— to acquire centralised equipment like intercommunication, measurement equipment, monitoring devices on both sites.

II.1.5)Estimated total value
Value excluding VAT: 2 300 000.00 EUR
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:

Intercommunication system

Lot No: 1
II.2.2)Additional CPV code(s)
32000000 Radio, television, communication, telecommunication and related equipment
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: FRF11 Not specified
Main site or place of performance:

Strasbourg and Brussels.

II.2.4)Description of the procurement:

The purpose of this lot is the supply of an intercommunication system and a new audio transport.

The European Parliament is looking to renew its audio infrastructure, and to acquire if possible an intercom on a unified transport network enabled to transport broadcast quality audio signals as well.

The European Parliament plans to develop its intercom architecture in 3 phases:

— the first phase shall see the deployment of standard intercom system comprised of intercom matrices and panels in Strasbourg,

— the second phase shall add interconnection and a new intercom infrastructure to the Brussels site,

— the third phase shall see a migration from the standard intercom system to a full IP system using AES67 standard for transport and possibly SMPTE 2110 compatibility.

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: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

3 renewals of 12 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
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
II.2)Description
II.2.1)Title:

Measurement and monitoring equipment

Lot No: 2
II.2.2)Additional CPV code(s)
32000000 Radio, television, communication, telecommunication and related equipment
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
NUTS code: FRF11 Not specified
Main site or place of performance:

Strasbourg and Brussels.

II.2.4)Description of the procurement:

The objective of this lot is to acquire audiovisual measurement and monitoring equipment for broadcast application to:

— measure the quality and validity of high-definition video digital signals, audio digital signals and IP streams,

— generate synchronisation signals for broadcast facilities,

— display signals on broadcast professional and consumers monitors.

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: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

3 renewals of 12 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
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
List and brief description of conditions:
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/10/2017
Local time: 12:00
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: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 17/10/2017
Local time: 10:00
Place:

European Parliament, rue Wiertz 60, Jozsef Antall Building, Office 2Q129, 1047 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Tenderers wishing to attend should confirm by e-mail (avtenders@europarl.europa.eu) no later than 3 working days before the tender opening date, limiting their representation to 1 person. See conditions (https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2728).

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: General Court of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2600
Internet address: http://curia.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court of the European Union
Postal address: boulevard Konrad Adenauer
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2600
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
10/08/2017