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 Toimisto- ja atk-laitteet ja -tarvikkeet, lukuun ottamatta kalusteita ja tietokoneohjelmatuotteita, 30200000 Atk-laitteet ja -tarvikkeet, 30210000 Tietojenkäsittelylaitteet (laitteisto), 30233100 Tietokoneiden tallennusasemat, 30234000 Muistivälineet, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72315000 Dataverkon hallinta- ja tukipalvelut
Määräaika:
4. heinäkuuta 2025 kello 10.00
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
NORDUnet Storage Procurement (2025)
Myöntävä elin:
NORDUnet
Myöntämisnumero:

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
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
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?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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 : 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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

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 supply contracts: performance of deliveries of the specified type
Description : The Bidder must submit three (3) references demonstrating the delivery of comparable solutions. "Delivery of comparable solutions" are defined as: • The delivery and implementation of redundant storage solutions utilising multi-tier disk architectures and multi-site redundancy • A solution is considered delivered and implemented once it has been formally accepted by the client. Each reference must relate to a contract initiated or completed within the past three (3) years counted from the Tender submission deadline. References that fall outside this time frame will be disregarded and deemed non-compliant. To enable verification of compliance with the above criteria, the following information must be provided for each reference: • A brief description of the delivery, with emphasis on the elements qualifying it as a comparable solution (as defined above) • The official name of the client organization. • Preferably a contact person at the client, including a direct phone number and email address. • Start date: commencement of delivery. • End date: Completion of delivery (if completed). NORDUnet reserves the right to contact the listed references for the purpose of verifying the information provided and assessing the relevance of the referenced deliveries.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total Cost of Ownership (Price)
Description :
Criterion :
Type : Quality
Name : Answer to Questions (Quality)
Description :
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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 : Allowed
Deadline for receipt of tenders : 04/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 04/07/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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 receiving requests to participate : NORDUnet -
Organisation processing tenders : NORDUnet -

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 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 : 6274be30-3301-4854-b66c-2314754f681c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 09:03 +00:00
Notice dispatch date (eSender) : 30/05/2025 10:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00353776-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025