23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 031-070579
Offentliggjort
13.02.2019
Udbudstype
Udbud efter forhandling

Udbyder

SE Service A/S

Delivery of an SDN Solution for Central and Locations for IT Connectivity


SE Service A/S

Contract notice – utilities

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
SE Service A/S
DK20705833
Edison Park 1
Esbjerg N
6715
Denmark
Contact person: Jesper Fruerlund
Telephone: +45 75188838
E-mail: jesf@se.dk
NUTS code: DK0

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/7196304e-74ad-4360-9a7f-ad8956568aae/homepage

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://www.ethics.dk/ethics/eo#/7196304e-74ad-4360-9a7f-ad8956568aae/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/7196304e-74ad-4360-9a7f-ad8956568aae/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/7196304e-74ad-4360-9a7f-ad8956568aae/homepage
I.6) Main activity
Electricity

Section II: Object

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

Delivery of an SDN Solution for Central and Locations for IT Connectivity

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The agreement consists of 4 elements. The main component is the SDN software which is handled under an ELA agreement that handles all licenses and usage cost. The same software solution is used both central and decentral at the locations. The software is what describes the solution and what is requested the hardware is just capacity and ports. The contract has a duration of 6 years, including possibility of extension on the part of the Contracting Entity 1 time of 2 years at a time to the effect that the contract may have a maximum duration of up to 8 years.

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)
32420000
32430000
72200000
72230000
72400000
72500000
72600000
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

Prior to the initiation of this procurement procedure, the Contracting Entity has performed a market survey to investigate the potential suppliers and possible solutions for the performance of the works procured. The Contracting Entity found that the use case is very special and that large manufacturers do not support such use. In addition, the Contracting Entity found many ways to solve the problems and reach the goals set, which is also supported in this tender procedure. By way of the market analysis, the Contracting Entity also gathered the information and the knowledge required to prepare and conduct this tender procedure, which would otherwise not have been possible. The agreement consists of 4 elements. The main component is the SDN software which is handled under an ELA agreement that handles all licenses and usage cost. The same software solution is used both central and decentral at the locations. The software is what describes the solution and what is requested the hardware is just capacity and ports. The hardware is divided into 2 areas, 1 used centrally to run the software solution provided and 1 for ports and connectivity to the software solution at the locations.

i) hardware centrally is used to support the software solution and consists of either dedicated hardware or standard components. This is where the software is installed and operated from. The environment is data centers and normal conditions;

ii) hardware locally at the locations is used for connectivity back to the data centers and ports locally at the location. This is where we connect both the fiber to support our topology and our local hardware to the devices offered. These are used for running the network and is a part of the software solution offered.

Other than the described requirements, there are no implementation or maintenance services part of the agreement. We will operate the solution offered after we implement this. The Contracting Entity expects that, in connection with the prequalification, no more than 12 applicants will be prequalified to submit preliminary tenders. The Contracting Entity will make such selection on the basis of the references stated by the applicants in respect of the delivery of continuous technical consultancy services. The selection process is further described in the procurement documents. The contract has a duration of 6 years, including possibility of extension on the part of the Contracting Entity 1 time of 2 years at a time to the effect that the contract may have a maximum duration of up to 8 years.

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
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:

The contract has a duration of 6 years, including possibility of extension on the part of the Contracting Entity 1 time of 2 years at a time to the effect that the contract may have a maximum duration of up to 8 years.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:

The Contracting Entity expects that, in connection with the prequalification, no more than 12 applicants will be prequalified to submit preliminary tenders.

In the event of more than 12 applicants not excluded from participating in the tender procedure and otherwise compliant, the Contracting Entity will select the tenderers on the basis of the financial capacity in respect of the financial ratios stated for equity, profit/loss before tax and solvency ratio as well as references provided by the applicants. Consequently, the Contracting Entity will make an overall evaluation of the applicants who have the best economic and technical capacity and select the tenderers on the basis thereof.

With a view to ensuring that the Contracting Entity generates effective competition in respect of the contract for which tenders are hereby invited, the Contracting Entity will select the participants in this tender procedure on the basis of the hardware and software manufacturer stated.

To be used for the evaluation and the selection of participants, the applicants must complete the published document "PQQ — manufacturer data", and this document must accompany the application for prequalification.

The Contracting Entity intends to select no more than 2 participants having the same combination of hardware and software manufacturers.

The combinations of hardware and software manufacturers stated in the applications filed will consequently be arranged in groups. Within each group of identical combinations of hardware and software manufacturers, the Contracting Entity will select the 2 best qualified applicants. This qualification and selection will be made on the basis of the references, performing similar work, as stated by the applicants, cf. above in paragraph 7.4), and as elaborated on immediately below.

Selection:

The Contracting Entity will prequalify no more than 12 applicants who, in the opinion of the Contracting Entity, are most suitable for performing the work.

The Contracting Entity will make such selection on the basis of the references stated by the applicants in respect of the delivery of continuous technical consultancy services and assistance within the areas and deadlines mentioned in sec. II.2.4).

Great importance will be attached to the applicant having stated references in respect of the delivery of technical consultancy services within all the areas mentioned in sec. II.2.4).

Great importance will also be attached to at least 1 of the key persons used in the reference (meaning a person having had an important role in performing the work) still being employed with the applicant at the time of filing the application.

The Contracting Entity will only consider 5 completed or pending references per applicant within the most recent 3 years (including any consortium parties/supporting entities). If applicants have stated more references than 5, the Contracting Entity will at its discretion select which 5 references will be included in its evaluation.

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

There are 3 voluntary options:

i) an option that the customer does not migrate each location to the new SDN solution but procures this from the tenderer;

ii) an option that the customer does not deploy the new hardware placed centrally nor the software part of this but pro-cures this from the tenderer;

iii) SFP and optics is offered as an option where the option is per unit and several options are needed. All is single mode optics and different versions can be offered. The options are also described further in the procurement documents.

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:

Applicants are excluded from participating in the tender procedure if they are subject to the grounds for exclusion laid down in ss 135–137 of the Danish Public Procurement Act (udbudsloven), see article 80 of the Utilities Directive.

The Contracting Entity will also exclude a tenderer from participating in the tender procedure if, during the tender procedure, the tenderer becomes subject to the grounds for exclusion provided for in ss 135–137 of the Public Procurement Act.

If applicants/tenderers are subject to the grounds for exclusion provided for in ss 135–137 of the Public Procurement Act, such applicants/tenderers may, however, by producing adequate documentation of their reliability, prove that they must not be excluded after all, see the conditions laid down in s. 138 of the Public Procurement Act.

In the event that the Contracting Entity contemplates to exclude an applicant/tenderer, the Contracting Entity will fix a suitable deadline for providing adequate documentation of the applicant's/tenderer's reliability.

Applicants must declare that they do not find themselves subject to any of the aforesaid grounds for exclusion. Such declaration is made by completing part III, paragraphs A, B and C, of the ESPD.

Applicants' attention is drawn to the fact that, as a general rule, the grounds for exclusion have been completed by a "No". Consequently, applicants do not have to complete part III, paragraphs A, B and C, of the ESPD, unless such applicants are subject to one of the grounds for exclusion.

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

The Contracting Entity imposes the following minimum requirements as to applicants' economic and financial capacity:

— the applicant has had a total annual revenue of at least 12 000 000 DKK in each of the 3 most recent financial years available and having ended.

The said information must be provided by completing part IV, paragraph B, of the ESPD in the section "Total annual revenue".

If the applicant is not able to provide the information required on financial ratios (for example due to the fact that the applicant is a newly established business), the applicant must state when the applicant was established. Such information must be provided by completing the section "Establishment of business".

The applicant must declare that the information provided in the ESPD is true and correct.

Such declaration is made by completing part VI of the ESPD.

In the event that the application is filed by a consortium, all consortium parties must submit a separately completed ESPD.

In addition to the completed ESPD, including, if relevant, an ESPD for sub-consultants and consortium parties, the application must include the following material:

If an application is filed by a consortium, a declaration must accompany the application, stating that all consortium parties will be jointly and severally liable for performance of the contract and the name of one consortium party with whom the Contracting Entity may enter into binding agreements on behalf of the consortium. An example of such a consortium declaration which may be used at a profit is included as part of the contract documents. If applicants use the technical and professional capacities of other sub-consultants/entities, a declaration must accompany the application, stating that the supporting sub-consultant/entity will make its technical and professional capacity (references) available to the tenderer in connection with its performance of the contract. Information thereon may, for example, be provided by way of a letter of support. An example of such a letter of support which may be used at a profit is included as part of the contract documents.

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

The Contracting Entity will impose the following minimum requirements as to the applicants' technical and professional capacity:

Applicants must, as a minimum, provide references for the delivery of an SDN solution, which, however, do not need to be within the same line of business.

The Contracting Entity will also attach importance to the applicants' technical and professional capacity in connection with the selection of tenderers, cf. paragraph 7.5. Applicants must therefore provide information in the ESPD as to applicants' most important references in respect of:

1) Delivery of an SDN-solution for location IT connectivity, as the one for which tenders are hereby invited, for the 3 most recent years in respect of the following elements:

The primary components consist of the following:

— delivery of an ELA agreement with terms on bandwidth and usage of the software offered,

— hardware components delivered to be installed centrally at our data centres,

— hardware components delivered to be installed decentrally at our locations. Several options are specified among which the volume will be distributed.

The references listed in the ESPD may be completed as well as be ongoing projects. However, delivery of part of the system must be operative.

Applicants are urged to state as follows in respect of each reference:

(i) period within which the consultancy services were rendered;

(ii) name and contact person with the customer;

(iii) brief description of the work, including the applicant's role in performing the work;

(iv) the applicant's total fee for the work;

(v) key staff used for the work (meaning persons who have had an important role in performing the work) as well as information on whether such key staff is employed with the applicant at the time of the application;

(vi) number of units/locations involved in the delivery system.

Such information is provided by completing part IV, paragraph C, of the ESPD. If the applicant so wishes, the applicant may instead enclose a list of references in a separate appendix. If so, the ESPD must include a reference to such appendix only.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

A draft of the contract is avaible in the procure documents.

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
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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: 22/02/2019
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/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 against not being pre-qualified shall be lodged to Klagenævnet for Udbud no later than 20 calendar days from the day after the day the contracting entity has sent a notification to the affected applicants. Complaints in respect of other issues than not being pre-qualified shall be lodged to Klagenævnet for Udbud no later than 45 calendar days after the award of contract has been published in TED.

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: www.kfst.dk

VI.5) Date of dispatch of this notice:
08/02/2019

Send til en kollega

0.063