NORDUnet Storage Procurement (2025)

The scope of this tender is to secure a new storage system for the NORDUnet I/O intensive Media Management services. The storage system is also used as general-purpose storage, but the performance driver is the Media Services. The current storage system is based on IBM ESS, installed in two data …

CPV: 30000000 Office and computing machinery, equipment and supplies except furniture and software packages, 30200000 Computer equipment and supplies, 30210000 Data-processing machines (hardware), 30233100 Computer storage units, 30234000 Storage media, 72000000 IT services: consulting, software development, Internet and support, 72315000 Data network management and support services
Place of execution:
NORDUnet Storage Procurement (2025)
Awarding body:
NORDUnet
Award number:

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 Storage Procurement (2025)
Description : The scope of this tender is to secure a new storage system for the NORDUnet I/O intensive Media Management services. The storage system is also used as general-purpose storage, but the performance driver is the Media Services. The current storage system is based on IBM ESS, installed in two data centres in the Copenhagen area. Due to performance we are looking for a system based on disc or flash storage media. Common for the media services are that they provide fine grained access control to the content, so no videos are served directly from storage to the end consumer. The media files cover a wide range of sizes, as both length and resolution vary greatly from very short clips to feature length recordings of lectures. The new system must ensure high availability, scalability, and performance to meet the demanding needs of NORDUnet's Media Management services. Additionally, it must be compliant with the latest security standards to safeguard the sensitive research and educational content stored within. The procurement will be conducted through an open procedure. Potential bidders are expected to demonstrate their capability to deliver a robust and future-proof system, highlighting their previous experience in providing similar solutions, their technical expertise, and their commitment to ongoing support and maintenance. Options • The contract will include an initial purchase of a redundant storage system and at least 2 Peta bytes of usable storage per site, including 5 years support. • There is an option for additional upgrades of the storage capacity in steps of 1 Peta byte of usable storage. The option can be executed one time per calendar year, with 3 months’ notice anytime within the initial contract period.
Procedure identifier : 82f2b9b4-a65a-4c42-b177-438ab2f84576
Previous notice : 6274be30-3301-4854-b66c-2314754f681c-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72315000 Data network management and support services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 1 000 000 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 : NORDUnet Storage Procurement (2025)
Description : The scope of this tender is to secure a new storage system for the NORDUnet I/O intensive Media Management services. The storage system is also used as general-purpose storage, but the performance driver is the Media Services. The current storage system is based on IBM ESS, installed in two data centres in the Copenhagen area. Due to performance we are looking for a system based on disc or flash storage media. Common for the media services are that they provide fine grained access control to the content, so no videos are served directly from storage to the end consumer. The media files cover a wide range of sizes, as both length and resolution vary greatly from very short clips to feature length recordings of lectures. The new system must ensure high availability, scalability, and performance to meet the demanding needs of NORDUnet's Media Management services. Additionally, it must be compliant with the latest security standards to safeguard the sensitive research and educational content stored within. The procurement will be conducted through an open procedure. Potential bidders are expected to demonstrate their capability to deliver a robust and future-proof system, highlighting their previous experience in providing similar solutions, their technical expertise, and their commitment to ongoing support and maintenance. Options • The contract will include an initial purchase of a redundant storage system and at least 2 Peta bytes of usable storage per site, including 5 years support. • There is an option for additional upgrades of the storage capacity in steps of 1 Peta byte of usable storage. The option can be executed one time per calendar year, with 3 months’ notice anytime within the initial contract period.

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72315000 Data network management and support services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total Cost of Ownership (Price)
Description : The criterion “TCO (Price)” is evaluated on the “Evaluation Key” found in tab “TCO” in the document “Vol 3 TCO reply form. Initial Scoring Method: The following scoring method will be applied as a default: • A maximum of 40 points is awarded to Tenders with a TCO evaluation key score of 35 or lower. • A score of 0 points is awarded to Tenders with a TCO evaluation key score of 55 or higher. • Tenders with a TCO evaluation key score between 35 and 55 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 : 40
Criterion :
Type : Quality
Name : Answer to Questions (Quality)
Description : This sub-criterion is evaluated based on the responses provided by the Bidder to the Evaluation Criteria outlined in the document “Volume 2 – Statement of Requirements”. The sub-criterion “Answer to Evaluation Criteria (Quality)” has been further divided into four (4) categories, referred to as part-criteria, each of which is assigned a specific weight as detailed in Table 2 above. Within each category, there are multiple evaluation criteria, each with an individual weight reflecting its relative importance. The weight of the part-criteria and evaluation criteria is listed in the Detailed Scoring Sheet document. The maximum total score for all weighted evaluation criteria within this sub-criterion is 60, which corresponds to the total weight of the sub-criterion 'Answer to Evaluation Criteria (Quality).' A total score of 60 represents the highest and most desirable outcome.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

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 : 480 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Atea A/S
Tender :
Tender identifier : Atea Tender
Identifier of lot or group of lots : LOT-0000
Value of the tender : 480 000 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Atea Contract
Title : NORDUnet Storage System (2025)
Date on which the winner was chosen : 19/08/2025
Date of the conclusion of the contract : 08/09/2025
Organisation signing the contract : NORDUnet

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5
Range of tenders :
Value of the lowest admissible tender : 450 000 Euro
Value of the highest admissible tender : 1 300 000 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 : Atea A/S
Size of the economic operator : Large
Registration number : 25511484
Postal address : Lautrupvang 6
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
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 : 224cbc50-cc21-4d6f-8a7e-2d93e5e9ca8e - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 15/09/2025 11:03 +00:00
Notice dispatch date (eSender) : 15/09/2025 11:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00603577-2025
OJ S issue number : 177/2025
Publication date : 16/09/2025