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
2015/S 199-360896
Offentliggjort
14.10.2015
Udbudstype
Begrænset udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

HPC-nodes for DTU Compute

(26.07.2016)
Atea A/S
Lautrupvang 6
2750 Ballerup

15/11394 HPC-nodes for DTU Compute.


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Danmarks Tekniske Universitet — DTU
30060946
Anker Engelunds Vej 1
For the attention of: John Tandrup Riedel
2800 Kongens Lyngby
DENMARK
Telephone: +45 45252525
E-mail: jotri@adm.dtu.dk

Internet address(es):

General address of the contracting authority: http://www.dtu.dk

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

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152092&B=DTU

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152092&B=DTU

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
Other: research
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
15/11394 HPC-nodes for DTU Compute.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Kgs. Lyngby.

NUTS code DK012

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
This contract concerns the purchase & delivery of a rack with HPC-nodes and a chassis with 8 nodes for DTUs Computing Center and DTU Compute’s cluster.
DTU expects to pre-qualify 3 to 5 vendors, who are invited to give an offer.
The nodes in the rack must be connected to a blocking FDR-Infiniband-Fat-Tree.
All nodes must be connected to 1 Gbit-Ethernet and each of the Ethernet switches must have at least 2 x 10GBit-SFP+-Ports.
All nodes must have 2 CPUs and 128 GB DDR4-ECC-memory.
The tenderer can decide between a 400 GB SSD and a 750 GB to 1 TB hard disk for the nodes in the rack. The nodes of the chassis must have a 400 GB SSD.
The Operating System will be Scientific-Linux-6.4 and later Scientific Linux 7.X.
The delivered 19” — rack must have a maximum height of 2 m and maximum depth of 1,30 m.
The contract is of 2.5 Mio DKK excl. tax.
II.1.6) Common procurement vocabulary (CPV)

30211100

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Information and formalities necessary for evaluating if the requirements are met: The Candidate must declare that he has no unpaid debt to public authorities. Consolidated Act no. 336 of 13.5.1997 on limitation of debtors‘ participation in public works contracts, etc., stipulates that, in connection with the purchase of goods and services, the public contracting entity may demand that any Candidate make a solemn declaration stating to which extent the Candidate has unpaid due debt to any public authorities in the form of taxes, duties and contributions to social security schemes under Danish law or to the laws of the country in which the Candidate has its registered office.
The Candidate must further declare that he does not fall into any of the reasons for exclusion specified in art.45 (1) and (2) of Directive 2004/18/EC of the European Parliament and of the Council on the coordination of procedures for the award of public works contracts, public supply contracts and public service contracts implemented in the Danish legislation through, Statutory Instrument no. 712 of 5.6.2011 on the procedures for the award of public supply contracts, public service contracts and public works contracts.
The Candidate must make the solemn declaration attached to these instructions to tenderers as Template A.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Information and formalities necessary for evaluating if the requirements are met:
The candidate must provide the following documentation on her financial and economical capacity by completing Template B:
a) Statement of turnover, solvency ratio and profit ratio for the three most recent and available accounting years.
It is not sufficient documentation to enclose the balance sheets of the company. The Candidate must complete Template B. If the completed Template B is not included to the Application, the Application will be deemed non compliant and will not be taken into consideration.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Information and formalities necessary for evaluating if the requirements are met:
The candidate must provide the following documentation on her technical capacity, by completing Template C:
a) A list of the most important and comparable works / services completed by the Candidate during the last calendar years stating the time as well as name and telephone number of the recipient.
b) Information on the Candidate‘s organisation, mainly information on the person or body responsible for quality control, including number of employees during the last three calendar years.
c) Candidate's internal procedures and guidelines on environmental responsibility (e.g. environmental systems and certifications)
d) Candidate's internal procedures and guidelines on social and ethical responsibility towards own employees and subcontractors from development countries.
e) Candidate’s internal procedures and guidelines on quality assurance (e.g. quality systems and certifications)
f) Tenderers ability to provide next business day on site or remote technical support
g) Tenderers capacity and capabilities of the available on site and remote technical staff (Number of on site/remote staff and qualifications)
h) Ease of access to 2. Level support (Direct access to 2. Level ?).
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2) Economic and financial ability
III.2.3) Technical capacity
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: If the number of qualified Candidates exceed 5, a selection will be made based on the following:
— ability to provide 1-day on site or remote technical support. Point f) Template C;
— availability of direct access to 2. level support. Point h) Template C;
— on site/remote technical staff (Number of onsite/remote staff and qualifications). Point g) Template C.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
15/11394
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
9.11.2015 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information

To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your Company on the following site: https://www.eusupply.com/dtu.asp

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
Valby 2500
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk/
Fax: +45 41715100

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Complaints must be sent to the Complaints Board for Public Procurement within a certain deadline. Complaints regarding a decision on shortlisting in a restricted procedure must be received in the Board within 20 days, after the contracting authority's notification of the outcome of the shortlisting. Other complaints must be received in the Board within 45 days from the day after publication of the contracting authority's notice in (TED) about entering into a contract. If the subject for the tender is a framework contract, the deadline is 6 months from the contracting authority's notice to the tenderers about the tenderer which the contracting authority intends to enter into contract with. Complaints regarding the national regulations for tender procedures (Tilbudsloven) must be received at the Board within 45 days after the contracting authority have notified the Tenderers about the tenderer which the contracting authority intends to enter into contract with. If the complaint is regarding a framework agreement the deadline is 6 months after the contracting authority has notified the Tenderers about the Tenderer which the contracting authority intends to enter into contract with.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Klagenævnet for udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.5) Date of dispatch of this notice:
9.10.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|instance-web03