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
Offentliggjort
02.09.2025
Udbudstype
Andre

Udbyder

Styrelsen for It og Læring

Tender regarding Contract regarding Openstack, CEPH and OKD Container Support


Styrelsen for It og Læring

570930-2025 - Result
Denmark – IT services: consulting, software development, Internet and support – Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
OJ S 167/2025 02/09/2025
Contract or concession award notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Styrelsen for It og Læring
Legal type of the buyer Central government authority
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Description The contracting authority has conducted a tender with the following description: The National Agency for IT and Learning (the Customer) currently have three installations of the Open Source Cloud Computing Infrastructure platform Openstack in use (called: OS1, OS2 and OS3). The Customer also have four installations of OKD, the community project of the Kubernetes platform Redhat Openshift, installed on top of OS1 and OS3, a dev cluster and an ops cluster on each cloud. The Openstack clouds are located physically in two datacenters, DC1 and DC2, where OS1 and OS2 are located in DC1, and OS3 is in DC2. All Openstack is currently running on Lenovo Hardware using a Charmed based Openstack installation on Ubuntu LTS releases 20.04 and 22.04. The Openstack version is the Canonical LTS version Yoga. The storage backend of Openstack is handled by the Open Source distributed storage system Ceph. OS1 and OS3 is with dedicated storagenodes, and OS2 with hyperconverged nodes. The purpose of this tender is to establish a contract for the delivery of a services regarding remotely managed private cloud of the Customer’s OpenStack and CEPH environment as well as its OKD container platform. The selected Supplier will be responsible for providing services in accordance with the Customer’s requirements, as outlined in the procurement documents. The contract covers the following main services: a) Transition Services, b) Continuing Services, c) Services per Order and d) Consultancy Services. Ad a) Transition Services: The Supplier shall deliver Transition In immediately after contract signing. During Transition In the Supplier shall deliver the services necessary for the Supplier to take over the responsibility for delivering Continuing Services, Services per Order and Consultancy Services. As part of Transition, the Supplier shall pass the tests described in the contract. Upon contract termination (regardless of the cause), and if requested by the Customer, the Supplier shall deliver Transition Out services. Transition Out shall include assistance in the transition of the Services to a new supplier, ensuring the transfer of relevant information, including documentation, configuration details, data etc. Ad b) Continuing Services: The Customer requires full monitoring and operational support, including upgrades, updates and security patches to the latest version of CEPH and OpenStack and the underlying Ubuntu operating system (typically LTS versions). In this regard, the Supplier shall provide end-to-end support for the technology stack 24/7/365. The Supplier shall also be responsible for all other tasks that are a natural part of tending the environment, including the ongoing and preventive maintenance as well as the incident management. The Customer shall be responsible for managing guest (instances) and Customer pods in the OpenStack environment, as well as the management of hardware. Ad c) Services per order: Upon the Customer’s request, the Supplier shall provide recurring installations of OKD cluster at fixed prices. Additionally, the Supplier shall provide support and incident management related to OKD platform, as well as commissioning and decommissioning of compute nodes in OpenStack. Services per Order shall only be delivered upon the Customer’s order. Ad d) Consultancy Services: The Supplier must be capable of delivering time-based services related to OpenStack, CEPH, OKD (not covered by Continuing Services or Services per Order). Consulting services may include analysis and other specialized tasks or projects related to the Customer’s OpenStack, CEPH and OKD environment.
Procedure identifier ccfc89db-af4d-4c8b-865d-0ce3d2c1b082
Previous notice da902f06-762f-4c8a-876b-7d3d8ef5c79a-01
Internal identifier STIL
Type of procedure Open
The procedure is accelerated no
Main features of the procedure The tender procedure is conducted as an open tender in accordance with the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU). Reference is made to the tender documents for more information about the procedure.
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72000000   IT services: consulting, software development, Internet and support
Additional classification   ( cpv ):  72200000   Software programming and consultancy services, 72500000   Computer-related services, 72600000   Computer support and consultancy services, 72610000   Computer support services, 72900000   Computer back-up and catalogue conversion services
2.1.2.
Place of performance
Anywhere
Additional information The Supplier’s Services shall be delivered remote (e.g. from the Supplier’s own premises), including via telephone and the internet to the extent natural for the service in question. However, the Customer expects that Supplier will need at least two Days for a physical meeting at the Customer’s office in Copenhagen or Aarhus as part of Transition In. Reference is made to the Contract.
2.1.3.
Value
Estimated value excluding VAT 35 000 000,00   DKK
2.1.4.
General information
Call for competition is terminated
Legal basis
Directive 2014/24/EU
Danish Public Procurement Act   - The tender procedure is covered by the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).
5. Lot
5.1.
Lot LOT-0000
Title Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Description The contracting authority has conducted a tender with the following description: The National Agency for IT and Learning (the Customer) currently have three installations of the Open Source Cloud Computing Infrastructure platform Openstack in use (called: OS1, OS2 and OS3). The Customer also have four installations of OKD, the community project of the Kubernetes platform Redhat Openshift, installed on top of OS1 and OS3, a dev cluster and an ops cluster on each cloud. The Openstack clouds are located physically in two datacenters, DC1 and DC2, where OS1 and OS2 are located in DC1, and OS3 is in DC2. All Openstack is currently running on Lenovo Hardware using a Charmed based Openstack installation on Ubuntu LTS releases 20.04 and 22.04. The Openstack version is the Canonical LTS version Yoga. The storage backend of Openstack is handled by the Open Source distributed storage system Ceph. OS1 and OS3 is with dedicated storagenodes, and OS2 with hyperconverged nodes. The purpose of this tender is to establish a contract for the delivery of a services regarding remotely managed private cloud of the Customer’s OpenStack and CEPH environment as well as its OKD container platform. The selected Supplier will be responsible for providing services in accordance with the Customer’s requirements, as outlined in the procurement documents. The contract covers the following main services: a) Transition Services, b) Continuing Services, c) Services per Order and d) Consultancy Services. Ad a) Transition Services: The Supplier shall deliver Transition In immediately after contract signing. During Transition In the Supplier shall deliver the services necessary for the Supplier to take over the responsibility for delivering Continuing Services, Services per Order and Consultancy Services. As part of Transition, the Supplier shall pass the tests described in the contract. Upon contract termination (regardless of the cause), and if requested by the Customer, the Supplier shall deliver Transition Out services. Transition Out shall include assistance in the transition of the Services to a new supplier, ensuring the transfer of relevant information, including documentation, configuration details, data etc. Ad b) Continuing Services: The Customer requires full monitoring and operational support, including upgrades, updates and security patches to the latest version of CEPH and OpenStack and the underlying Ubuntu operating system (typically LTS versions). In this regard, the Supplier shall provide end-to-end support for the technology stack 24/7/365. The Supplier shall also be responsible for all other tasks that are a natural part of tending the environment, including the ongoing and preventive maintenance as well as the incident management. The Customer shall be responsible for managing guest (instances) and Customer pods in the OpenStack environment, as well as the management of hardware. Ad c) Services per order: Upon the Customer’s request, the Supplier shall provide recurring installations of OKD cluster at fixed prices. Additionally, the Supplier shall provide support and incident management related to OKD platform, as well as commissioning and decommissioning of compute nodes in OpenStack. Services per Order shall only be delivered upon the Customer’s order. Ad d) Consultancy Services: The Supplier must be capable of delivering time-based services related to OpenStack, CEPH, OKD (not covered by Continuing Services or Services per Order). Consulting services may include analysis and other specialized tasks or projects related to the Customer’s OpenStack, CEPH and OKD environment.
Internal identifier STIL
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72000000   IT services: consulting, software development, Internet and support
Additional classification   ( cpv ):  72200000   Software programming and consultancy services, 72500000   Computer-related services, 72600000   Computer support and consultancy services, 72610000   Computer support services, 72900000   Computer back-up and catalogue conversion services
5.1.2.
Place of performance
Anywhere
Additional information The Supplier’s Services shall be delivered remote (e.g. from the Supplier’s own premises), including via telephone and the internet to the extent natural for the service in question. However, the Customer expects that Supplier will need at least two Days for a physical meeting at the Customer’s office in Copenhagen or Aarhus as part of Transition In. Reference is made to the Contract.
5.1.3.
Estimated duration
Duration 72   Months
5.1.4.
Renewal
Maximum renewals 2
Other information about renewals The estimated duration of the agreement put out for tender is inclusive of the extension option. 48 months constitutes the ordinary term of the agreement, while the remaining 24 months constitutes the extension period of the agreement. The agreement may be extended by 2 times 12 months.
5.1.5.
Value
Estimated value excluding VAT 35 000 000,00   DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description Reference is made to the tender documents
Category of award weight criterionWeight (percentage, exact)
Award criterion number 30,00
Criterion
TypeQuality
Name Quality
Description Reference is made to the tender documents
Category of award weight criterionWeight (percentage, exact)
Award criterion number 70,00
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed Konkurrence- og Forbrugerstyrelsen
Organisation providing additional information about the procurement procedure Styrelsen for It og Læring
Organisation providing offline access to the procurement documents Styrelsen for It og Læring
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract Styrelsen for It og Læring
Organisation executing the payment Styrelsen for It og Læring
Organisation signing the contract Styrelsen for It og Læring
6. Results
Value of all contracts awarded in this notice 35 000 000,00   DKK
6.1.
Result lot identifier LOT-0000
Winner selection status At least one winner was chosen.
6.1.2.
Information about winners
Winner
Official name Fairbanks B.V.
Tender
Tender identifier Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Identifier of lot or group of lots LOT-0000
Value of the tender 35 000 000,00   DKK
Concession value
The tender is a variant no
Subcontracting Yes
Subcontracting value is known no
Subcontracting percentage is known no
Contract information
Identifier of the contract Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Date on which the winner was chosen 07/08/2025
Date of the conclusion of the contract 22/08/2025
Organisation signing the contract Styrelsen for It og Læring
6.1.4.
Statistical information
Received tenders or requests to participate
Type of received submissions Tenders
Number of tenders or requests to participate received 3
8. Organisations
8.1.
ORG-0001
Official name Styrelsen for It og Læring
Registration number 13223459
Department Styrelsen for It og Læring
Postal address Teglholmsgade 1
Town København SV
Postcode 2450
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
Contact point KAPS - Mikkel Mølgaard
Telephone +45 22336597
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment
8.1.
ORG-0002
Official name Klagenævnet for Udbud
Registration number 37795526
Postal address Nævnenes Hus, Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland  ( DK041 )
Country Denmark
Telephone +45 72405600
Internet address https://klfu.naevneneshus.dk/
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name Konkurrence- og Forbrugerstyrelsen
Registration number 10294819
Postal address Carl Jacobsens Vej 35
Town Valby
Postcode 2500
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Email kfst@kfst.dk
Telephone +45 41715000
Internet address http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
8.1.
ORG-0004
Official name Fairbanks B.V.
Size of the economic operator Micro, small, or medium
Registration number 32102827
Postal address Stationsplein
Town Baarn
Postcode 3743 KM
Country subdivision (NUTS) Het Gooi en Vechtstreek  ( NL327 )
Country Netherlands
Telephone +31 88 5454900
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0005
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo  ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version e77640e1-0761-4891-84dc-68de6c8a86bf   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date 01/09/2025   09:07:51 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 01/09/2025   09:30:42 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 570930-2025
OJ S issue number 167/2025
Publication date 02/09/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|instance-web04