23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 234-424753
Offentliggjort
03.12.2015
Udbudstype
Udbud efter forhandling

Udbyder

Danmarks Tekniske Universitet — DTU

Opdateringer

Rettelse
(09.12.2015)

I stedet for:

VI.3)

Additional information:

—.

Læses:

VI.3)

Additional information:

Section 3.

Please note minimum level for suitability is turnover of 200 000 000 DKK and solvency ratio of minimum 10 % (template B) and minimum 3 references (template C).

Rettelse
(21.01.2016)

Uafsluttet procedure
Ordretildelingsproceduren er blevet afbrudt
Kontrakten kan blive genstand for en fornyet offentliggørelse
Yderligere supplerende oplysninger
Regarding the call for tender for Optical Transmission Equipment for DTU / Danish e-Infrastructure Cooperation.
Thank you for your interest in this call for tender.
We are writing to inform you that we have decided to cancel the procedure.
This decision has been taken because we find that the field of applicants to participate was not broad enough to be representative of the whole market.
We are planning to re-start the procedure within a short timeframe, and hope that we will receive applications again, from you as well as from a number of other vendors.

Optical Transmission Equipment for DTU / Danish e-Infrastructure Cooperation.


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Danmarks Tekniske Universitet — DTU
30060946
Anker Engelunds Vej 1
For the attention of: Maria Tødt
2800 Kongens Lyngby
DENMARK
Telephone: +45 45252525
E-mail: marbt@adm.dtu.dk

Internet address(es):

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/165863

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=155686&B=DTU

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=155686&B=DTU

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Optical Transmission Equipment for DTU / Danish e-Infrastructure Cooperation.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Kgs. Lyngby.

NUTS code DK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
DeiC (The Danish e-Infrastructure Cooperation) operates and develops the Danish NREN (National Research and Education Network), called ‘Forskningsnettet’. This network provides both connections to the research networks in the world, general internet provision for its' connected institutions as well as numerous point-to-point optical layer 1 connections between the institutions. The connected institu-tions comprise all Danish universities as well as most other research and further education institutions in the country. In order to deliver this, DeiC has:
1) Leased dark fiber connections on IRU basis;
2) Router equipment;
3) Optical Equipment;
4) Network Operations staff.
The purpose of this call for tender, is solely the renewal of item 3) Optical Transmission Equipment.
II.1.6) Common procurement vocabulary (CPV)

72000000, 32410000, 32412000, 32420000, 32571000, 50300000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
See instructions for applicants.
Estimated value excluding VAT:
Range: between 18 000 000 and 30 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
N/A.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2) Economic and financial ability
III.2.3) Technical capacity
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: DeiC wishes to invite between 5-8 Candidates to participate in the call for tender. The reason for potentially inviting more than 5 Candidates to participate is due to expectations that quite a wide variety of Candidates will be interested in this contract and these Candidates have solutions that are difficult to compare to one another until the complete set of technical properties, service offerings and pricing schemes is known.
Therefore, in order to allow this variety to be represented in the elimination process, the intention be-hind this choice is to increase the probability that Candidates who could prove to be a good match for the requirements of DeiC, are not eliminated before they have had a chance to represent their solution more comprehensively.
In the event that more than 5-8 Candidates are verified as suitable for the contract, the Contracting Authority will limit the number of Candidates to 5-8. This will be done, based on the following criteria:
— Financial capacity,
— Technical capacity,
— Relevance of the reference cases to the situation of DeiC,
— Relevance of the product line to the situation of DeiC.
The Contracting Authority will evaluate the financial capacity with respect to stable financial numbers being better and the technical capacity with respect to comparability to this specific project being better including the Candidates' ability to show their understanding for the specifics of this particular project.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
15/09089
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
14.1.2016 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
Valby 2500
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk/
Fax: +45 41715100

Body responsible for mediation procedures

N/A

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Complaints must be sent to the Complaints Board for Public Procurement within a certain deadline. Complaints regarding a decision on shortlisting in a restricted procedure must be received in the Board within 20 days, after the contracting authority's notification of the outcome of the shortlisting. Other complaints must be received in the Board within 45 days from the day after publication of the contracting authority's notice in (TED) about entering into a contract. If the subject for the tender is a framework contract, the deadline is 6 months from the contracting authority's notice to the tenderers about the tenderer which the contracting authority intends to enter into contract with. Complaints regarding the national regulations for tender procedures (Tilbudsloven) must be received at the Board within 45 days after the contracting authority have notified the Tenderers about the tenderer which the contracting authority intends to enter into contract with. If the complaint is regarding a framework agreement the deadline is 6 months after the contracting authority has notified the Tenderers about the Tenderer which the contracting authority intends to enter into contract with.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Klagenævnet for udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.5) Date of dispatch of this notice:
30.11.2015

Send til en kollega

0.094