Contract on Openstack managed services and associated tasks

The Danish Agency for Higher Education and Science (UFS) operates a private, on-premises OpenStack cloud environment based on Canonical technology, supporting a mixed workload of applications. The Supplier shall take full responsibility for delivering managed services for this platform, including transition, daily operations, and on-demand tasks, in accordance with the …

CPV: 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка
Краен срок:
Септ. 3, 2025, 9:55 след обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Contract on Openstack managed services and associated tasks
Издаващ орган:
Uddannelses- og Forskningsstyrelsen
Номер на наградата:
2025/25

1. Buyer

1.1 Buyer

Official name : Uddannelses- og Forskningsstyrelsen
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Contract on Openstack managed services and associated tasks
Description : The Danish Agency for Higher Education and Science (UFS) operates a private, on-premises OpenStack cloud environment based on Canonical technology, supporting a mixed workload of applications. The Supplier shall take full responsibility for delivering managed services for this platform, including transition, daily operations, and on-demand tasks, in accordance with the Contract and this Requirement Specification. The Supplier must conduct a Transition In phase to ensure readiness, followed by the delivery of ongoing operational services such as monitoring, maintenance, error correction, and up-dates. The Supplier shall also handle specific service tasks upon request, including compute node deployment and related consultancy services. At contract end, the Supplier must provide Transition Out services to enable an orderly and well-documented handover. The components in the OpenStack are described in Appendix 1.b OpenStack envi-ronment. The services are further described in Appendix 1.
Procedure identifier : 2b82bed0-4db1-4bc6-b4a0-98b2423d7307
Internal identifier : 2025/25
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 4 200 000 Danish krone

2.1.4 General information

Additional information : The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Contract on Openstack managed services and associated tasks
Description : The Danish Agency for Higher Education and Science (UFS) operates a private, on-premises OpenStack cloud environment based on Canonical technology, supporting a mixed workload of applications. The Supplier shall take full responsibility for delivering managed services for this platform, including transition, daily operations, and on-demand tasks, in accordance with the Contract and this Requirement Specification. The Supplier must conduct a Transition In phase to ensure readiness, followed by the delivery of ongoing operational services such as monitoring, maintenance, error correction, and up-dates. The Supplier shall also handle specific service tasks upon request, including compute node deployment and related consultancy services. At contract end, the Supplier must provide Transition Out services to enable an orderly and well-documented handover. The components in the OpenStack are described in Appendix 1.b OpenStack envi-ronment. The services are further described in Appendix 1.
Internal identifier : 2025/25

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Customer has an option to extend the Contract by 2 x 12 months on unchanged terms. The Customer’s option is exercised by written notice to the Supplier within 6 months prior to the expiry of the Contract with effect for 12 months. If the Customer does not extend the Contract, it will automatically terminate on expiry of the term of the Contract.

5.1.5 Value

Estimated value excluding VAT : 4 200 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For service contracts: performance of services of the specified type
Description : The applicant must submit references demonstrating its most relevant experience with comparable assignments, cf. ESPD, Section IV.C. In ESPD Part IV “Selection Criteria”, the applicant must specify, under each criterion, how the minimum requirements are fulfilled. It is a minimum requirement that, within the past three (3) years, the applicant has initiated, managed, or completed at least one (1) comparable assignment. A similar task refers to the delivery of: 1. Handover of a Openstack Platform from a costumer 2. Remote operation, maintenance, support, and monitoring of an OpenStack platform, which, at the time of tender submission, has been operational for at least one year Compliance with points 1-2 can be documented by one or more references, so that multiple references collectively can demonstrate the delivery of point 1-2. A minimum of one reference and a maximum of two references must be provided Each reference must include: A) Recipient of the work/service (including industry/customer type), B) Time and duration of task execution. (If it is an ongoing task, only the part of the services that has already been completed at the time of application can be included in the reference assessment. When specifying the delivery date, the applicant must indicate the start and end dates of the delivery. If this is not possible, for example because the tasks have been continuously carried out in accordance with a framework agreement, the applicant must, in the description of the delivery, indicate how the date is specified.) C) Project value, D) Contact information for client representatives E) Description of the nature and scope of the project, F) Which of the points 1-2 the reference concerns. G) Whether the task has been carried out in collaboration with other companies, and if so, the applicant's role and share in the project. The contracting authority recommends that the applicant limits the description of each reference to a maximum of 7,200 characters including spaces. To the extent that a reference exceeds the 7,200-character limit, the part that exceeds the allowable limit will not be considered in the evaluation. References may not contain links or similar references. If more references are included in the application than the maximum allowed, the contracting authority will only evaluate the first references provided in the submitted ESPD. If the tenderer is a consortium or relies on the capacities of other entities, and multiple references are submitted from each company in their respective ESPD, so that the references collectively exceed the maximum allowed (2), the evaluation will be based on the references in alphabetical order of the companies' names. If a reference is deemed not to meet the above requirements, it will still be included as the first.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Support and maintenance
Description : The sub-criterion quality has sub-criteria with weightings, as specified in the tender conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Transition In and commissioning and decommissioning of nodes
Description : The sub-criterion quality has sub-criteria with weightings, as specified in the tender conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : The professional competencies of the performing team
Description : The sub-criterion quality has sub-criteria with weightings, as specified in the tender conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Price
Description : The sub-criterion price is evaluated based on a technical evaluation price, which is determined as specified in the tender conditions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 03/09/2025 21:55 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 03/09/2025 21:55 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The supplier must be ISO 27001 certified or equivalent.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published; (2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk .
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Uddannelses- og Forskningsstyrelsen
Organisation processing tenders : Uddannelses- og Forskningsstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Uddannelses- og Forskningsstyrelsen
Registration number : 34042012
Postal address : Haraldsgade 53
Town : København Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Nick Micheal Ekelund-Arenander
Telephone : 21645926
Buyer profile : https://ufm.dk/
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
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) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

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 : 7afa0832-378f-407a-9315-53b746d472e3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 13:03 +00:00
Notice dispatch date (eSender) : 04/07/2025 13:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00442947-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025