NORDUnet IP Equipment Supply - procurement 01 (2025)

NORDUnet is seeking to upgrade the capacity of it’s routing capacity in 4 locations in Europe where Juniper MX304 is already installed. These Juniper MX304 have 1 empty line card slot each. The requested hardware upgrade at each locating is to allow additional 1,6 Tb of traffic at each location. …

CPV: 30100000 Büromaschinen, Büromaterial und Zubehör, außer Computern, Druckern und Möbeln, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
Ausführungsort:
NORDUnet IP Equipment Supply - procurement 01 (2025)
Vergabestelle:
NORDUnet
Vergabenummer:
2a040449-2d79-432e-90b8-03626cddf23f

1. Buyer

1.1 Buyer

Official name : NORDUnet
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NORDUnet IP Equipment Supply - procurement 01 (2025)
Description : NORDUnet is seeking to upgrade the capacity of it’s routing capacity in 4 locations in Europe where Juniper MX304 is already installed. These Juniper MX304 have 1 empty line card slot each. The requested hardware upgrade at each locating is to allow additional 1,6 Tb of traffic at each location. A card offering additional 16-port at each location (a mix of 400G and 100G), where at least 4 port can do 400G and the total capacity at least 1,6 Tb. The offered solution shall integrate seamlessly with the current NORDUnet automation tools. Install time for the solution shall be less than 30 minutes.
Procedure identifier : da30e9ec-43b0-43a5-bc34-8b7a97a97a1d
Internal identifier : 2a040449-2d79-432e-90b8-03626cddf23f
Type of procedure : Other multiple stage procedure

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture

2.1.2 Place of performance

Postal address : Kastruplundgade 22
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.4 General information

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 : 14415605-49c9-424a-8718-34f2780873eb

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

Postal address : Kastruplundgade 22, 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total Cost of Ownership (Price)
Description : The following scoring method will be applied as a default: • A maximum of 70 points is awarded to Tenders with a TCO evaluation key score of 8.0 or lower. • A score of 0 points is awarded to Tenders with a TCO evaluation key score of 10.0 or higher. • Tenders with a TCO evaluation key score between 8.0 and 10.0 will receive points calculated by linear interpolation between these thresholds. A graph is shown and adjustments are described in the ITT.
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”. There is one Evaluation Criterion under the Sub-criterion “Answer to Evaluation Criteria (Quality)”. The highest total score for this evaluation criterion is 30 points, which corresponds to the total weight of the sub-criterion 'Answer to Evaluation Criteria (Quality).' • A total score of 30 points represents the highest and most desirable outcome. A score of 30 points will be awarded to the Tender, that receives an evaluation score of 5 for the Evaluation Criterion. • A Tender that receives an evaluation score of 0 will be awarded 0 points in the evaluation of the sub-criterion. • Tenders with an evaluation score between 0 and 5 (1/2/3/4) will be given points based on linear interpolation between these two. The PT assesses whether the answer is well-documented and conclusive. If the response to the evaluation criterion is found to lack sufficient documentation or conclusiveness, the evaluation criterion will be assigned a score of 0.
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
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract : NORDUnet
Organisation signing the contract : NORDUnet

6. Results

Value of all contracts awarded in this notice : 65 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Haze Networks ApS
Tender :
Tender identifier : Haze Tender
Identifier of lot or group of lots : LOT-0000
Value of the tender : 65 000 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Haze Contract
Title : IP Equipment Supply Procurement 01 - Cards + lincenses
Date on which the winner was chosen : 30/06/2025
Date of the conclusion of the contract : 17/07/2025
Organisation signing the contract : NORDUnet

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4
Range of tenders :
Value of the lowest admissible tender : 65 000 Euro
Value of the highest admissible tender : 80 000 Euro

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
Organisation signing the contract
Organisation whose budget is used to pay for the contract

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 : Haze Networks ApS
Size of the economic operator : Micro, small, or medium
Registration number : 41511923
Postal address : 8 Overgaden Oven Vandet, basement
Town : København K
Postcode : 1415
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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 : e8c7657c-8cdb-4275-ab5d-6b99f38a0ff5 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 18/08/2025 13:43 +00:00
Notice dispatch date (eSender) : 18/08/2025 13:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00544062-2025
OJ S issue number : 158/2025
Publication date : 20/08/2025