ICT backup solution and data protection for Fluxys Belgium

6-year framework agreement (plus 1-year option) with one operator for the renewal of the backup solution of Fluxys Belgium. Renewal of Fluxys Belgium's backup data protection and archive solution means a review of the current Central Backup Software (Rubrik), the current Backup on disk environment (Data Domain) and archive solution …

CPV: 48700000 Utilities per pacchetti software, 48000000 Pacchetti software e sistemi di informazione, 48730000 Pacchetti software di sicurezza, 72212710 Servizi di programmazione di software di backup o di recupero
Luogo di esecuzione:
ICT backup solution and data protection for Fluxys Belgium
Ente di assegnazione:
Fluxys Belgium n.v.
Numero di premio:
CEAPN2504

1. Buyer

1.1 Buyer

Official name : Fluxys Belgium n.v.
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : ICT backup solution and data protection for Fluxys Belgium
Description : 6-year framework agreement (plus 1-year option) with one operator for the renewal of the backup solution of Fluxys Belgium. Renewal of Fluxys Belgium's backup data protection and archive solution means a review of the current Central Backup Software (Rubrik), the current Backup on disk environment (Data Domain) and archive solution (Cloudian S3). Goal is to continue to provide a service and a scalability of the “Backup Solution” for all the Fluxys Belgium's Production and NON-Production environments.
Procedure identifier : d3d7dc27-2b13-4568-87b4-6cd7d50084cb
Internal identifier : CEAPN2504
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48700000 Software package utilities

2.1.2 Place of performance

Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : APN2504 - 1
Description : ICT Backup solution and data protection for Fluxys Belgium
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 72212710 Backup or recovery software development services

5.1.2 Place of performance

Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Please consult the document ‘User Manual – process Upload Request – Qualification Phase’ for more information (Link in Article 5.1.11). A PDF of the request to participate and all requested annexes shall be uploaded on the Coupa Supplier Portal. Each candidate will have to request via procurement@fluxys.com access to the appropriate protected folder on this platform. The requests to participate shall clearly mention the candidate's full name, including the company number, VAT number, full address and legal form. Requests to participate must be structured as follows: 1. Name of Bidder 2. Legal form of company 3. Date of registration 4. Country of registration 5. Registration number 6. VAT number 7. Registered address of company 8. Person(s) authorized to sign contracts (together or alone) on behalf of the company [Surname, forename, title (e.g. Dr, Mr, Ms), function (e.g. Manager...) ] 9. Contact person: [Surname, forename, title (e.g. Dr, Mr, Ms), function (e.g. Manager...), phone number, address, e-mail] 10. Requested information about each selection criterium.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The candidate must have the necessary economic and financial standing to perform the contract. * Criterion 1: Proof of the candidate's economic and financial standing may be furnished by one or more of the following references: - the presentation of financial statements or extracts from the financial statements, where publication of financial statements is required under the law of the country in which the economic operator is established. - a statement of the economic operator's overall turnover of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading. Minimum level(s) of standards possibly required: * Criterion 1: The candidate must have an average yearly turnover of at least EUR 4.500.000. This criterion applies to the candidate as a whole, i.e. through the combined capacity of all members of the group in case of a group of economic operators. In addition, the following financial ratio’s shall be met: Current ratio (i.e. current assets divided by current liabilities) must be above 1.00; Solvency ratio (i.e. equity divided by total assets) must be above 20%. In the event the economic operator does not meet the aforementioned ratio’s and the economic operator is not able to provide a parent company guarantee pursuant to section III.1.8 , it shall provide an unconditional, irrevocable and first demand bank guarantee in the amount of 5% of the total value of the contract, guaranteeing the performance by the economic operator of its obligations arising out of and in accordance with the contract (if the contract were to be awarded to the economic operator).
Criterion : Professional risk indemnity insurance
Description : * Criterion 2: The candidate must also provide evidence of relevant professional risk indemnity insurance. Minimum level(s) of standards possibly required: * Criterion 2: The relevant professional risk indemnity insurance must have a minimum coverage of EUR 1.250.000 Please note that If the candidate is awarded the contract, his professional risk indemnity insurance should be increased to a minimum coverage of EUR 1.250.000.
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : The candidate must have the necessary technical and professional ability to perform the contract. Proof of the candidate's ability must be furnished by the following means (in case of a joint tender, the combined capacity of all members is taken into account): * Criterion 3: The candidate must have the highest available vender certification for this equipment. As proof, the candidate shall provide copy of such a valid certificate. Such certificate must not be older than 3 years. Minimum level(s) of standards possibly required: * Criterion 3: Proof or certificate (or equivalent) of his compliancy .
Criterion : Relevant educational and professional qualifications
Description : The candidate must have the necessary technical and professional ability to perform the contract. Proof of the candidate's ability must be furnished by the following means (in case of a joint tender, the combined capacity of all members is taken into account): * Criterion 4: The candidate shall provide a signed declaration in which he confirms that, for the execution of the contract, 100 % of the staff is able to express themselves in a comprehensible way in English or French or Dutch. Minimum level(s) of standards possibly required: Criterion 4: Declaration signed by the competent authority.
Criterion : References on specified services
Description : The candidate must have the necessary technical and professional ability to perform the contract. Proof of the candidate's ability must be furnished by the following means (in case of a joint tender, the combined capacity of all members is taken into account): * Criterion 5: The candidate shall list 2 or more reference projects similar to the scope of the contract to be awarded. Each project must meet the following requirements: - projects executed during the last 3 years, - projects executed in the European Union. The candidate shall attach a list of the main services performed during the last three years, indicating the amount, the date and the public or private bodies for which they were intended. The services shall be proved by certificates issued or countersigned by the competent authority or, in the case of services provided to a private customer, by certificates issued by the customer. Minimum level(s) of standards possibly required: Criterion 5: Minimum 2 (two) work references similar to the works to be executed under the contract being awarded in the framework of this procedure (both in terms of the nature of the works and their scope) during the last three years related to services in the European Union.
Criterion : Measures for ensuring quality
Description : The candidate must have the necessary technical and professional ability to perform the contract. Proof of the candidate's ability must be furnished by the following means (in case of a joint tender, the combined capacity of all members is taken into account): * Criterion 6: The candidate must be able to provide a 24x7 support to Fluxys Belgium with a reaction duration less than 4 hours. Minimum level(s) of standards possibly required: * Criterion 6: Proof of capacity to provide a 24/7 support and a detailed services level agreement.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : https://fluxys.coupahost.com/
Languages in which tenders or requests to participate may be submitted : English, French, Dutch
Electronic catalogue : Not allowed
Description of the financial guarantee : In the event the economic operator does not meet the aforementioned ratio’s and the economic operator is not able to provide a parent company guarantee pursuant to section III.1.8 , it shall provide an unconditional, irrevocable and first demand bank guarantee in the amount of 5% of the total value of the contract, guaranteeing the performance by the economic operator of its obligations arising out of and in accordance with the contract (if the contract were to be awarded to the economic operator).
Deadline for receipt of requests to participate : 22/09/2025 14:00 +02:00
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 : See Invitation To Tender
Financial arrangement : See Invitation To Tender

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 : President of the Court of First Instance of Brussels
Information about review deadlines : 15 calendar days
Organisation providing additional information about the procurement procedure : Fluxys Belgium n.v.
Organisation providing offline access to the procurement documents : Fluxys Belgium n.v.

8. Organisations

8.1 ORG-0001

Official name : Fluxys Belgium n.v.
Registration number : 0402954628_2997
Postal address : Avenue des Arts 31
Town : Etterbeek
Postcode : 1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 22827211
Internet address : https://www.fluxys.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : FPS Policy and Support
Registration number : BE001
Postal address : Boulevard Simon Bolivar 30 Bte1
Town : Bruxelles
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 740 80 00
Internet address : https://bosa.belgium.be
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : President of the Court of First Instance of Brussels
Registration number : 0308357753
Town : Brussels
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : 025087111
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 74e0e607-e64b-473b-9804-7e924d2c3bc1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/08/2025 00:00 +02:00
Notice dispatch date (eSender) : 14/08/2025 00:00 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00537604-2025
OJ S issue number : 156/2025
Publication date : 18/08/2025