23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2023/S 086-266668
Offentliggjort
03.05.2023
Udbudstype
Begrænset udbud

Bestilling af materiale

https://s2c.mercell.com/today/37689

Udbyder

NORDUnet A/S

2023 NORDUnet Learning Management System Framework Tender


NORDUnet A/S

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: NORDUnet A/S
National registration number: 17490346
Postal address: Kastruplundgade 22, 1.
Town: Kastrup
NUTS code: DK Danmark
Postal code: 2770
Country: Denmark
Contact person: Jorgen Qvist
E-mail: qvist@nordu.net
Telephone: +45 31621400
Internet address(es):
Main address: www.nordu.net
Address of the buyer profile: https://s2c.mercell.com/buyer/25494
I.1) Name and addresses
Official name: RHnet
National registration number: 4902013190
Postal address: Dunhagi 5 Tæknigarður
Town: Reykjavík
NUTS code: IS Ísland
Postal code: 107 Reykjavík
Country: Iceland
Contact person: Jón Ingi Einarsson
E-mail: jie@hi.is
Internet address(es):
Main address: www.rhnet.is
Address of the buyer profile: www.rhnet.is
I.1) Name and addresses
Official name: CSC - IT Center for Science Ltd
National registration number: FI09206320
Postal address: P.O. BOX 405
Town: Espoo
NUTS code: FI Suomi / Finland
Postal code: P.O. BOX 405
Country: Finland
Contact person: Topi Litmanen
E-mail: topi.litmanen@csc.fi
Internet address(es):
Main address: www.csc.fi
Address of the buyer profile: www.csc.fi
I.1) Name and addresses
Official name: DeiC - DTU Forskningsnettet
National registration number: DK-30060946
Postal address: DTU, Bygn. 305
Town: Lyngby
NUTS code: DK Danmark
Postal code: 2800 Kgs. Lyngby
Country: Denmark
Contact person: Morten Kjeldgaard
E-mail: morten.kjeldgaard@deic.dk
Internet address(es):
Main address: www.deic.dk
Address of the buyer profile: www.deic.dk
I.1) Name and addresses
Official name: Vetenskapsrådet/SUNET
National registration number: 202100-5208
Postal address: Tulegatan 11, pl3
Town: Stockholm
NUTS code: SE Sverige
Postal code: SE-11353 Stockholm
Country: Sweden
Contact person: Per Nihlén
E-mail: per@sunet.se
Internet address(es):
Main address: www.sunet.se
Address of the buyer profile: www.sunet.se
I.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Denamrk

The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://s2c.mercell.com/today/37689
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://s2c.mercell.com/today/37689
I.4) Type of the contracting authority
Other type: Research and Education Network
I.5) Main activity
Other activity: Network and Infrastructure Services

Section II: Object

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

2023 NORDUnet Learning Management System Framework Tender

II.1.2) Main CPV code
80000000 Education and training services
II.1.3) Type of contract
Services
II.1.4) Short description:

The procurement shall enable NORDUnet and the listed Nordic NRENs to purchase Learning Management Solutions that are either based on a; European public cloud or a private cloud, that have the capability to be multi-tenant, and to allow NORDUnet and the listed Nordic NRENs to provide the solutions to their connected and member organisations.

The Learning Management System should be standardised, modular and flexible. It should have an API for integration with other systems and have support for Single Sign-on Systems.

II.1.5) Estimated total value
Value excluding VAT: 50 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48190000 Educational software package
80300000 Higher education services
80430000 Adult-education services at university level
72212900 Miscellaneous software development services and computer systems
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Services are to be delivered in Denmark, Finland, Iceland and Sweden

II.2.4) Description of the procurement:

LMS requirements

2.3.1 Generic

• A modular and flexible LMS solution.

• Provided as a cloud service, or dedicated multi-tenant.

• Support multiple pedagogic methodologies and workflows.

• An HTML based, Intuitive user interface for Students, Teachers and administrative purposes that supports multiple languages.

• Support for mobile devices, App or responsive HTML.

• Compliance with the EU accessibility directive.

2.3.2 Support

• The Bidder must have a helpdesk for reporting problems.

• The Bidder must monitor the service and provide statistics regarding the service availability and performance. • The Bidder must provide utilisations statistics and detailed billing information, for each contracting NREN. 2.3.3 Interoperability

• The solution must be able to integrate with external systems, using a well-defined API.

• The solution must support externalised Authentication and Authorisation.

2.3.4 Commercial

• The commercial proposal should recognise the potential economies of scales for purchases by Nordic NRENs through the frameworks on behalf of their customers. The framework should have a fair balance of risk.

• The contracting entity should be located within the EEA region.

2.3.5 Legal

• All data stored and transferred by the service shall remain the legal property of the customer and the provider shall not assert any rights over any data uploaded to the service.

• All data uploaded by a user to the service shall (subject to customer managed access control restrictions) upon request be made available to that user or a duly designated representative of that user. This provision shall be honoured by the service for a period of six months beyond any termination of contract.

• All data processing should take place within the EEA region. (Covered by the EU data directive)

• The provider shall comply with the national data protection and privacy laws in each contracting NREN country and be willing to sign any agreement necessary to comply with such.

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: 50 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:

one 12-month extension

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

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
Restricted 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: 4
In the case of framework agreements, provide justification for any duration exceeding 4 years:

An LMS is a complex solution that integrates with all functions and systems within a university. The LMS impacts the way all education and teaching material is developed and delivered, therefore the impact of shifting from one LMS solution to another is very high and carries a lot of additional actual cost and manpower to implement and may take as long as 24-month to complete.

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: 29/05/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 16/06/2023
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
Tender must be valid until: 31/12/2023

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: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

There is no formal standard procedure for filing a complaint with the Complaints Board. The Complaints Board can, however, advise as follows:

1. Fee

Complaints of violations of Titles I-III of the Danish Public Procurement Act (which mainly implements the Public Procurement Directive 2014/24/EU), the Utilities Directive (Directive 2014/25/EU), the Concession Directive (Directive 2014/23/EU) and the Directive on Security and Defence Procurement (Directive 2009/81/EC) are subject to a fee of DKK 20,000, cf. section 5(4) of Executive Order regarding the Complaints Board.

If the Complaints Board finds in favor of the complainant, the fee is repaid.

To pay the fee from abroad, please use the following information: IBAN code: DK41 0216 4069 2095 21. Swift code: DABADKKK

When transferring the fee the complainant must add the following: “Klagenaevnet for Udbud, [name of the company/the complainant]”.

In the complaint the complainant must state that the fee is paid by transfer and include documentation for the transfer with account information.

2. Procedure

2.1.The complaint must include information on the identity of the complainant and the contract notice from “Ted – Tenders Electronic Daily”.

In addition, the complainant is obliged simultaneously to inform the contracting authority that a complaint has been filed with the Complaints Board. A copy of this notification must be forwarded to the Board.

2.2.The complaint must include a letter of complaint (Word and PDF- versions) written in Danish, including claims (“Påstande”), which in precise terms define the infringements allegedly committed by the contracting authority, including the rule or the principle, which allegedly has been violated. In this regard, it will be sufficient to refer to the relevant articles in the public procurement directives.

As mentioned, the complaint must be written in Danish. However, in the following, for the sake of guidance as to how a complaint should be structured, a few examples are given in English. Multiple claims must be numbered in consecutive order as follows: “Påstand 1” (Claim No. 1), “Påstand 2”, (Claim No. 2) etc.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
28/04/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|