Publications Office of the EU
Modernisation of the DWDM telecommunication equipment system in the Broadband Network of Eastern Poland – Lubelskie Voivodship (SSPW-WL) - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

Modernisation of the DWDM telecommunication equipment system in the Broadband Network of Eastern Poland – Lubelskie Voivodship (SSPW-WL) Text automatically translated in your browsing language Automatically translated

  • Published
    05/07/2024
  • Deadline
    05/08/2024
  • Opening of tenders
    05/08/2024
  • Awarded
    24/09/2024
  • Today
    18/04/2025
Status
Awarded
Type of contract
Supplies
Subject for Renewal
No
Buyer
Województwo Lubelskie - Lubelskie Centrum Innowacji i Technologii
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: PL814 Lubelski
Business sector (Main CPV)
32522000 Telecommunications equipment
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
8,390,032.00 PLN
Tender reference number
OZP.26.1.28.2024.DUB
Description

1. The subject of the contract is the modernisation of the DWDM telecommunication equipment system in the Broadband Network of Eastern Poland – Lubelskie Voivodship (SSPW-WL), divided into Stages: Stage 1 - The subject of the contract is the upgrade of the existing Dense Wavelength Division Multiplexing (DWDM) telecommunication equipment system Nokia 1830 Photonic Service Switch (PSS). In particular, the upgrade concerns the change of the current optical architecture of the CDC-F ROADM (Colorless, Directionless, Contentionless – Flex Reconfigurable Optical Add/Drop Multiplexer) topology devices. An additional goal of the work is to introduce the Generalized Multi-Protocol Label Switching (GMPLS) functionality to the system in the event of multiple failures. In addition, OTDR (Optical Time Domain Reflectometer) automatic fibre monitoring should be introduced in the system. The implementation of the CDC-F topology should be performed in 7 backbone nodes of the Broadband Network of Eastern Poland – Lubelskie Voivodship (SSPW-WL) based on IRDM-20 cards or equivalent. Phase 2 - The contract for Phase 2 of the procedure concerns a software update service for the Dense Wavelength Division Multiplexing (DWDM) Nokia 1830 PSS-32 transport telecommunications equipment and its management system Nokia Network Functions Manager – Transport (NFM-T), together with a staff training and engineering consultancy service. In order to meet the requirements of the installed version of the software regarding the operation of the main shelf controller and to limit the number of sources of incorrect operation, the Subject of the Order should be performed after the completion of the work described in the Description of the Subject of the Order for Stage 1. 2. The Contractor undertakes to execute the subject of the contract within 27 months from the date of signing the contract. 3. The place of performance of the subject of the contract is the Lubelskie Voivodeship. 4. The description of the subject-matter of the contract, including the conditions and rules for the performance of the contract, as well as the description of the equivalence of the equipment offered, is set out in Annex 1 to the SWZ – Description of the subject-matter of the contract. 5. Detailed conditions for the implementation of the Agreement are included in the content of Appendix No. 3 to the SWZ - Essential provisions of the Agreement. 6. The Contractor shall provide the Contracting Authority with a guarantee for the subject-matter of the contract in accordance with the provisions of the documents in accordance with the rules set out in Annex 3 to the VMS – Essential provisions of the contract and in Annex 1 to the VMS – Description of the subject-matter of the contract. 7. The guarantee does not exclude, limit or suspend the rights of the Ordering Party resulting from the provisions of the law on warranty for defects. The Ordering Party is entitled to exercise the rights under the warranty for defects, regardless of the rights resulting from the guarantee. 8. If the procurement documents indicate, in respect of certain materials or equipment, trademarks, patents or origin - the Contracting Authority, in accordance with Art. 5 PPL, allows the offering of equivalent materials or devices. Materials or devices from specific manufacturers determine the minimum quality parameters, performance characteristics that must be met by materials or devices offered by the Contractor in order to meet the requirements set by the Contracting Authority. Materials and equipment from specific manufacturers are only a quality standard of the subject of the contract. Under the term ‘minimum quality parameters and performance characteristics’, the Contracting Authority understands the requirements for materials or equipment contained in publicly available sources, catalogues, websites of manufacturers. The use of exemplary manufacturer names is aimed at clarifying the level of expectations of the Ordering Party in relation to a specific solution. The use of product/manufacturer names is for illustrative purposes only. The contracting authority, indicating the designation of a specific producer (supplier) or a specific product in the description of the subject of the contract, allows at the same time equivalent products with performance parameters and quality characteristics at least at the level of the parameters of the indicated product, thus recognising any product with indicated or better parameters. 9. Whenever the contracting authority describes the subject-matter of the contract by reference to standards, European technical assessments, approvals, technical specifications and technical reference systems, it shall allow solutions equivalent to those described. 10. Whenever a specific label or certificate referred to in Articles 104 and 105 of the Public Procurement Law is used in the SWZ or procurement documents, the Contracting Authority shall also accept all other markings confirming that the works, supplies or services meet equivalent requirements. 11. In cases where the Contractor, for reasons beyond his control, is unable to obtain a label or certificate specified by the Contracting Authority confirming that the works, supplies or services offered by him meet equivalent requirements, the Contracting Authority shall, within a period specified by it, accept other means of proof, in particular technical documentation of the manufacturer, provided that the Contractor proves that the works, supplies or services offered by him meet the requirements of a specific label or specific requirements indicated by the Contracting Authority. Additional information: The contracting authority provides for the application of the so-called reverse procedure referred to in Art. 1 PPL, i.e. The Contracting Authority will first examine and evaluate the tenders and then select the Contractor whose tender has received the highest score in terms of the lack of grounds for exclusion and fulfilment of the conditions for participation in the procedure. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://lcit.ezamawiajacy.pl/pn/lcit/demand/164796/notice/public/details
Tenders may be submitted
Electronic submission: required
https://lcit.ezamawiajacy.pl/pn/lcit/demand/164796/notice/public/details
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
05/08/2024 12:30
Place of performance
Award method
Cena brutto za całość zamówienia
Estimated value
Not available
Final contracted value
8,390,032.00 PLN
Award of contract
Official name: "EXCELTER" Spółka z ograniczoną odpowiedzialnością
Postal address:
Town: Warszawa
Postal code: 05-077
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.