23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2020/S 105-253270
Offentliggjort
02.06.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

High Performance Computing System for DTU Physics (Niflheim)

(08.09.2020)
Atea A/S
Lautrupvang 6
2750 Ballerup

High Performance Computing System for DTU Physics (Niflheim)


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Tekniske Universitet — DTU
National registration number: 30060946
Postal address: Anker Engelunds Vej 1
Town: Kgs. Lyngby
NUTS code: DK012 Københavns omegn
Postal code: 2800
Country: Denmark
Contact person: Mikkel Bjerregaard Jensen
E-mail: mbjje@dtu.dk
Telephone: +45 91370098

Internet address(es):

Main address: http://www.dtu.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/165863

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=271476&B=DTU
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=271476&B=DTU
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

High Performance Computing System for DTU Physics (Niflheim)

II.1.2) Main CPV code
30211100 Super computer
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DTU’s Department of Physics invites tenders for a Linux cluster High Performance Computer system to be used for floating-point intensive numerical simulations using the researchers’ own developed computer codes as well as commercial codes. The main scientific research focus is on studies of materials and materials design at the atomic scale using quantum-mechanical calculations. The primary quantum-mechanical codes employed are GPAW, VASP and ADF

II.1.5) Estimated total value
Value excluding VAT: 6 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
30211100 Super computer
II.2.3) Place of performance
NUTS code: DK012 Københavns omegn
II.2.4) Description of the procurement:

DTU’s Department of Physics invites tenders for a Linux cluster High Performance Computer system to be used for floating-point intensive numerical simulations using the researchers’ own developed computer codes as well as commercial codes. The main scientific research focus is on studies of materials and materials design at the atomic scale using quantum-mechanical calculations. The primary quantum-mechanical codes employed are GPAW, VASP and ADF.

Tenderers should offer very fast processors and compute nodes for such CPU-intensive applications. The compute nodes must be air cooled and have a 1U form factor. Floor space for a row of up to four (4) 42U/60 cm racks will be made available in an existing server room. The terms server and compute node are used interchangeably in this document to designate a single server computer unit.

The cluster must have a High performance and low latency 100 Gbit/s network fabric, in addition to 1 Gbit/s Ethernet networks. Pre-existing storage servers use NFS over Ethernet.

The available power will be 25 kW per rack and therefore each rack should contain at most 32 compute nodes in addition to the network equipment.

The system must be interoperable with a pre-existing Linux cluster named Niflheim whose configuration is described in the web page https://wiki.fysik.dtu.dk/niflheim/Hardware

The total contract value is fixed at DKK 5 million (DKK 5 000 000). The contract value is inclusive of customs, duties and all expenses on the part of the contractor but exclusive of VAT. The contract value comprises the tenderer’s fixed price products and services (elements/product types/equipment/services) until the products/services are delivered, installed, tested and put into operation. Tenderers therefore should offer the best high performance computer system within the fixed contract value.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 6 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 27/08/2020
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

It must be possible to purchase the following options:

— factory integrated ethernet cabling,

— ethernet switches,

— fabric manager license.

Extra compute nodes and high speed fabric:

— servers,

— racks,

— PDUs,

— high-speed fabric switches,

— high-speed fabric cables.

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The tenderers must state the specific yearly turnover in the business area covered by the contract for the last 3 audited financial year.

The tenderers must state the profit margin for the last 3 audited financial years and the solvency ratio for the last audited financial year.

Minimum level(s) of standards possibly required:

The minimum level for suitability is 2 x the contract value calculated as an average of the turnover in the last 3 financial years.

The average for the profit margin for the 3 financial years must minimum be 0 and the solvency ratio must minimum be 0.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

Tenderer must provide three references for comparable agreements.

Comparable agreements means agreements with a value of at least DKK 3 000 000 concerning high performance computing system. The agreements, to which the reference refers, must not be more than 5 years old. The date is calculated from the last signature on the agreement referred to.

Minimum level(s) of standards possibly required:

The tenderer must provide the following documentation on technical capacity:

References: a list of the most important and comparable works/services stating as a minimum the number of nodes, interconnect technology of the cluster, completed by the tenderer stating the contract date as well as name and telephone number of the recipient.

The minimum level for suitability is three references and references cannot be more than 5 years old.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/06/2020
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
IV.2.7) Conditions for opening of tenders
Date: 29/06/2020
Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291000

Internet address: http://www.klfu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Deadlines for lodging complaints

Complaint regarding a decision on pre-qualification:

Complaint regarding a decision on pre-qualification must be submitted no later than 20 calendar days, from the date after a notification to the concerned candidates informing them of who has been selected, has been sent and this notification includes the grounds for the decision, cf. law regarding, Complaints board (in Danish Klagenævnet for Udbud) § 7, section 1.

Complaint regarding the award of contract:

Complaint regarding the award of contract must be submitted no later than 45 calendar days from the date after the contracting authority has published a contract award notice in the European Union Official Journal informing that the contracting authority has awarded the contract, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 1.

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition:

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition, shall be submitted no later than 30 calendar days form the date after the contracting authority has notified the concerned tenderers that a contract has been awarded, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 2.

Complaint regarding the award of a framework agreement:

Complaint regarding the award of a framework agreement must be submitted no later than 6 months from the date after the contracting authority have notified the concerned candidates and tenderers that award of contract has happened, cf. Law regarding the Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 3.

Complaint regarding direct award of contract:

Complaint regarding the contracting authority’s award of contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the contracting authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 3.

Compliant regarding public procurements below the EU threshold:

Complaint regarding public procurements below the EU threshold must be submitted no later than 45 calendar days from the date after the contracting authority has notified the tenderers about the award of contract if this notification includes the grounds for the decision and no later than 6 months after the date where the contracting authority has notified the candidates and tenderers about that award of a framework agreement, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 4, subsections 1 and 2. Compliant regarding a decision on pre-qualification on procurement below the EU threshold must be submitted no later than 20 calendar days from the date after the contracting authority has sent a notification to the concerned candidates regarding who has been selected and this notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 5.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
28/05/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|