Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=300090&B=DTU
Udbyder
Danmarks Tekniske Universitet — DTU
Vindere
High Performance Computing system for DTU Physics (Niflheim)
(25.08.2021)
Atea A/S
Lautrupvang 6
2750 Ballerup
High Performance Computing system for DTU Physics (Niflheim)
Danmarks Tekniske Universitet — DTU
Contract notice
Supplies
Section I: Contracting authority
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: Lasse Johansen
E-mail: lhojo@dtu.dk
Telephone: +45 45252525
Internet address(es):
Main address: http://www.dtu.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/165863
Section II: Object
High Performance Computing system for DTU Physics (Niflheim)
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.
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 30 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 system performance evaluation of offers will be based upon the code benchmark as specified in Appendix 3. The product of the benchmark result numerical value for a single compute node, times the number of compute nodes offered, should be as high as possible.
The total contract value is fixed at 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.
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.
Section III: Legal, economic, financial and technical information
The tenderers must state the specific average yearly turnover for the last 3 audited financial years.
The tenderers must state the Profit margin for the last 3 audited financial years, and the solvency ratio for the last audited financial year.
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.
The tenderer must provide the following documentation on technical capacity:
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.
Comparable agreements means agreements with a value of at least DKK 2 500 000 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.
As a minimum the tenderer must provide 2 references for comparable agreements.
Section IV: Procedure
Section VI: Complementary information
In addition to the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1)(1, 2 and 6) applies for this tender procedure.
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
Complaint regarding pre-qualification:
Complaint regarding pre-qualification must be submitted no later than 20 calendar days after notification has been sent to the concerned candidates informing them who has been selected, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 1.
Complaint regarding award of contract:
Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the contracting authority has published a notice in the European Union Official Journal informing that the contracting authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, No 1.
Complaint regarding award of a contract under a framework agreement with a reopening of the competition (mini-tender):
Complaint regarding the award of a contract under a framework agreement with a reopening of the competition must be submitted no later than 30 calendar days from the date after the contracting authority has notified the concerned tenderers that a contract based on a framework agreement with a reopening of the competition has been awarded/concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, No 2.
Complaint regarding the award of a framework agreement:
Complaint regarding the award of a contract must be submitted no later than 6 months from the date after the contracting authority has notified the concerned candidates and tenderers that a framework agreement has been concluded, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, No 3.
Complaint regarding direct award of contract:
Complaint that the contracting authority, contrary to the public procurement act, has concluded a 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. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 3.
Compliant regarding public procurements below the EU threshold:
Complaint regarding violation of 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 from the date after the contracting authority has notified the concerned candidates and tenderers that a framework agreement has been concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 4, No 1 and 2. Compliant regarding 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 who has been selected and this notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders)) § 7, Section 5.
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