23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 139-343318
Offentliggjort
22.07.2019
Udbudstype
Resultat

Udbyder

SE Service A/S

Tender for a Contract for the Delivery of an SDN Solution for Location for IT Connectivity (vol. II)


SE Service A/S

Contract award notice – utilities

Results of the procurement procedure

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
SE Service A/S
20705833
Edison Park 1
Esbjerg N
6715
Denmark
Contact person: Christian Nyvang Lund
Telephone: +45 72273033
E-mail: chnl@bechbruun.com
NUTS code: DK032

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/7dd6a712-c1a5-4b73-8650-4544d9fabbe3/homepage

I.2) Information about joint procurement
I.6) Main activity
Electricity

Section II: Object

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

Tender for a Contract for the Delivery of an SDN Solution for Location for IT Connectivity (vol. II)

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 5 years.

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: DK032
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, one used centrally to run the software solution provided and one 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 datacenters and normal conditions;

(ii) Hardware locally at the locations is used for connectivity back to the datacenters 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 pre-qualification, no more than 6 applicants will be pre-qualified 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 5 years.

II.2.5) Award criteria
Quality criterion - Name: Technical quality / Weighting: 45 %
Quality criterion - Name: Qualitative commercial topics / Weighting: 20 %
Price - Weighting: 35 %
II.2.11) Information about options
Options: yes
Description of options:

There are 3 voluntary options which are described in detail in the tender conditions and in the contract notice.

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 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.1.6) 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
Notice number in the OJ S: 2019/S 104-253953
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a periodic indicative notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
17/07/2019
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Conscia A/S
27126502
Brøndby
2650
Denmark
NUTS code: DK012
The contractor is an SME: no
V.2.4) Information on value of the contract/lot (excluding VAT)
V.2.5) Information about subcontracting
V.2.6) Price paid for bargain purchases

Section VI: Complementary information

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:
17/07/2019

Send til en kollega

0.078