Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: TV2/DANMARK A/S
National registration number: 10413494
Postal address: Rugårdsvej 25
Town: Odense C
NUTS code:
DK DanmarkPostal code: 5000
Country: Denmark
Contact person: Contract Management
E-mail:
contract@tv2.dkTelephone: +45 65919191
Fax: +45 65913322
Internet address(es): Main address:
https://permalink.mercell.com/184453390.aspxAddress of the buyer profile:
http://www.tv2.dk/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther 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 including related services.
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractSupplies
II.1.4)Short description: II.1.5)Estimated total value
II.1.6)Information about lotsThis 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 performanceNUTS code: DK Danmark
NUTS code: DK031 Fyn
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), redundancy at all levels for high profile production/playout and core equipment reaching end of life.
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 a restricted procedure tender with negotiations where only pre-qualified Tenderers can submit tenders. Therefore, all interested businesses are invited to apply for pre-qualification.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Functional requirement / Weighting: 45
Quality criterion - Name: Non-functional requirements / 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 systemDuration 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.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
TV 2 intends to pre-qualify up to three (3) Applicants based on an assessment of the Applicants suitability on the basis of the information given in the ESPD. It appears from clause II.2.9 of the contract notice, and 8.6.2 of these tender specifications, how the list is limited if TV 2 receives more than three (3) compliant applications.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 standingList and brief description of selection criteria:
Minimum level(s) of standards possibly required:
A solvency ratio of at least 10% for each of the last three (3) financial years.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Minimum level(s) of standards possibly required:
The Applicants must in the ESPD provide a minimum of three (3) and maximum of five (5) references from projects of similar nature and capacity. The references must be started and/or finished during the past three (3) years.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
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 participateDate: 15/09/2022
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis 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- Sworn statement must be returned with the application: 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 bodyOfficial name: Klagenævnet for Udbud - Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail:
klfu@naevneneshus.dkTelephone: +45 72405600
Fax: +45 33307799
Internet address:
http://www.naevneneshus.dk VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail:
kfst@kfst.dkTelephone: +45 41715000
Fax: +45 41715100
Internet address:
http://www.kfst.dk VI.5)Date of dispatch of this notice:15/08/2022