NORDUnet IP Equipment Procurement 02 - New routers (2025)

The procurement has been carried out as a mini competition under the IP Equipment Supply and Support DPS, category 1 – Supply. NORDUnet is the contracting authority, purchasing 7 new routers for locations in Europe (inc. UK) to seamlessly exchange the existing Juniper MX routers to routers supporting single 400G …

CPV: 32412110 Internet, 32400000 Netzwerke
Ausführungsort:
NORDUnet IP Equipment Procurement 02 - New routers (2025)
Vergabestelle:
NORDUnet
Vergabenummer:
d73b4d37-ca1b-41c3-9e20-cce1d0d2a3fa

1. Buyer

1.1 Buyer

Official name : NORDUnet
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NORDUnet IP Equipment Procurement 02 - New routers (2025)
Description : The procurement has been carried out as a mini competition under the IP Equipment Supply and Support DPS, category 1 – Supply. NORDUnet is the contracting authority, purchasing 7 new routers for locations in Europe (inc. UK) to seamlessly exchange the existing Juniper MX routers to routers supporting single 400G interface capability.
Procedure identifier : aa52a56d-a26e-4c8e-ade5-a4433c54185a
Internal identifier : d73b4d37-ca1b-41c3-9e20-cce1d0d2a3fa
Type of procedure : Other multiple stage procedure
Main features of the procedure : The procurement has been carried out as a mini competition under the IP Equipment Supply and Support DPS, category 1 – Supply.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32412110 Internet network

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 311 Euro

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : IP Equipment Supply
Description : ”Common” • Standard 19" rack mountable. • Redundant power supplies (a/b power). • Supporting packet Jumbo Frames, at least 9192 • Physical interface form factor supported must include but not limited to: QSFP-DD, QSFP-28, QSFP+, SFP+ • VLAN-bridging, q-in-q vlan tagging. • NORDUnet uses network automation and an internally developed network device controller, therefore the ip equipment must support the Yang model and Netconf. • IP-V4, IP-V6, Multicast • Control Plane protection mechanisms. • SSH-v2, SNMP ROUTING • Should support multiple routing protocols and features including but not limited to; BGP, IS-IS, OSPF-V3, MLD, LLDP, MPLS-TE, RSVP-TE, SR-MPLS, EVPN, BFD, VRF, PIM-SSM, , QOS, • Should support pay as you grow model(s), license based or similar.
Internal identifier : deb4615e-41b5-41b8-aad2-319854ade0e8

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32400000 Networks

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.5 Value

Estimated value excluding VAT : 311 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : NORDUnet has assessed the three tenders received under the DPS mini-competition. None of the bids is compliant because a mandatory requirement under MR-2 Hardware cannot be fulfilled by any of the bidders: “FAN options - Designed for front-to-back and optional back-to-front cooling and be hot-swapable “ Compliance with all mandatory requirements is a fundamental condition for participation in the competition. Since none of the submitted tenders fulfil this specific requirement, all bids must be considered non-compliant. The tender documents will be revised to address the identified issue, with the intention of reopening the competition at a later stage.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total Cost of Ownership (Price)
Description : The criterion is evaluated on the “TCO evaluation key” found in tab “Total score” in the document “TCO reply form”. The evaluation of the sub-criterion “TCO (Price)” is based on the TCO evaluation key calculated in the sheet “Total score” of the document entitled “TCO Reply Form”. Further described in the ITT section 5.1.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Answer to Questions (Quality)
Description : The sub-criterion is evaluated based on the responses provided by the Bidder to the Evaluation Criterion outlined in the document “Volume 2 – Statement of Requirements”. Further described in the ITT section 5.1.2
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

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 : No
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

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 : NORDUnet
Registration number : 17490346
Postal address : Kastruplundgade 22, 1.
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Michelle Toudal Offersen
Telephone : +45 51886068
Internet address : https://www.nordu.net
Roles of this organisation :
Buyer

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 : b5b2942d-be28-4751-8c61-5b9a305cf0d8 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 22/09/2025 08:27 +00:00
Notice dispatch date (eSender) : 22/09/2025 12:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00620893-2025
OJ S issue number : 182/2025
Publication date : 23/09/2025