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
2018/S 169-384236
Offentliggjort
04.09.2018
Udbudstype
Udbud efter forhandling

Bestilling af materiale

https://tender.konnect.dk/invite/135

Udbyder

NORDUnet A/S

NORDUnet IP Equipment Support and Supply Tender


NORDUnet A/S

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
NORDUnet A/S
17490346
Kastruplundgade 22, 1.
Kastrup
2770
Denmark
E-mail: qvist@nordu.net
NUTS code: DK01

Internet address(es):

Main address: http://www.nordu.net

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tender.konnect.dk/invite/135
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tender.konnect.dk/invite/135
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object

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

NORDUnet IP Equipment Support and Supply Tender

II.1.2) Main CPV code
32420000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The contract concerns support and spare parts management and on-site support of the existing NORDUnet network locations and equipment, with a framework contract that will allow for purchasing the equipment needed for adding new locations and equipment, to support the network expansion and growth.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
72315100
II.2.3) Place of performance
NUTS code: DK01
Main site or place of performance:

2720 Kastrup

II.2.4) Description of the procurement:

NORDUnet operates a Global IP/MPLS core network used for IP network services and settlement-free peering. The network has nodes in the five Nordic countries, in Amsterdam, CERN (Switzerland), Hamburg, Frankfurt and London, as well as at four locations in North America; Chicago, New York, Washington and Seattle, and two locations in Asia; Hong Kong and Singapore.

The current NORDUnet IP/MPLS core network is based on Juniper routers. The deployed equipment is a mix of MX-Series routers.

A detailed list of locations and expected deployed equipment and ports, at the time of contract start, can be found in Vol 2a.

The contract will be a contract for 4 (four) years, for the support, including spare parts management and on-site support of the existing NORDUnet network locations and equipment, with a framework contract that will allow for purchasing the equipment needed for adding new locations and equipment, to support the network expansion and growth. There is a separate option for on-site support of European locations.

The Contract works of the project are not divided into lots from considerations of market and finances such as the costs for tenders and contract administration.

The negotiation process will involve up to 3 Bidders.

All expenses concerning the entire tender process, including the negotiations, is off the tenderer's expense and the Customer irrelevant.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Supply / Weighting: 10
Quality criterion - Name: Support / Weighting: 30
Price - Weighting: 60
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The contract can be extended by the Customer for no more than two periods each of one (1) year following the initial four-year Term.

The framework agreement can not be extended.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

Up to 3 qualified Bidders that meet the above ability and documentation requirements will be selected according to objective and professional criteria will be asked to submit an Initial Tender if 3 (three) qualified bids are received.

Where the above number of qualified bids is not met the Customer will select the Bidders who are qualified insofar as Customer finds that the number of selected Bidders safeguards a sufficiently competitive process.

The selection will be made based upon most relevant references in relation to the actual project based upon the required information and on the basis of selected criteria regarding technical and professional capabilities with reference to support and spares part management.

When assessing criteria, a significance is being ascribed to the following conditions:

— Reference customer is comparable to Customer ie. a Network Operator. (not enterprise),

— Support Services supplied includes spare parts management and logistics, for a similar comparable geographic spread or locations as Customer,

— Supplied and supported equipment is comparable to the current Customer network, in relation to Vol 2a.

Please refer to Vol. 1, section 2 for further instructions.

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

There is a separate option for on-site support of European locations.

The Option will be evaluated separately and if the total cost for providing On-site support for European locations is lower than Customers internal cost the option will be awarded.

II.2.12) Information about electronic catalogues
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:

The Bidder must submit an ESPD electronically in TenderKONNECT, with the response, cf. Vol. 1, section 2.1.1.

Subsequently the ESPD must be documented, cf. Vol. 1, section 2.2.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

“Specific yearly turnover” for the business area storage solutions must be submitted for the each of previous three (3) years for concluded fiscal years at the time for bid response deadline.

Minimum level(s) of standards possibly required:

The bidder must have a specific yearly turnover of at least 1 000 000 EUR for the business area IP Equipment Support and Supply.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The Bidder must provide three (3) references with comparable deliveries with similar solutions.

Minimum level(s) of standards possibly required:

The Bidder must submit three (3) references with” comparable deliveries with similar solutions” with at least following requirements:

— IP routers supplied and supported in the Europe,

— Support Services supplied includes spare parts management and logistics

III.1.5) Information about reserved contracts
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

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework agreement concerns only the delivery of spare parts in addition to the contract concerning support.

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5) Information about negotiation
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/10/2018
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

Bidders may ask clarification questions up to five calendar days before deadline for replies and these must be submitted in TenderKONNECT.

Prior to the bid response deadline the Bidder shall, upon request from Customer, provide documentation according to the Public Procurement Act, section 152, regarding the information that has been given in Appendix 1 — European Single Procurement Document (ESPD) during the prequalification.

Customer is entitled to, but not obliged to, request the Bidder for completion or clarification of the received documents if this can take place in compliance with the Public Procurement Act, section 151(4).

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints regarding the tender procedure must be submitted to the Danish authority "Danish ComplaintsBoard for Public Procument" ("Klagenævnet for udbud") according to The Act on the Danish ComplaintsBoard for Public Procurement (available on www.retsinfo.dk), paragraph 7. Please observe, that the act is nottranslated.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
31/08/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|