Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=361688&B=DTU
Udbyder
Danmarks Tekniske Universitet - DTU
High Performance Computing system
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: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: David Fajnzylber
E-mail: dafaj@dtu.dk
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
DTU’s Department of Physics invites tenders for a Linux cluster High Performance Computer (HPC) system to be used for floating-point intensive numerical simulations using the researchers’ own de-veloped computer codes as well as some 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- and memory-intensive applications.
DTU’s Department of Physics invites tenders for a Linux cluster High Performance Computer (HPC) system to be used for floating-point intensive numerical simulations using the researchers’ own de-veloped computer codes as well as some 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- and memory-intensive applications.
Option: Tenderer may offer optional 48-port 1U Ethernet switches containing at least one (1) SFP+ 10 Gbit or SFP28 25 Gbit uplink port including a multi-mode (SR) fiber transceiver in the rack’s position 41 and 42. Customer may decide to install his own switches instead.
Minimum option: Tenderer must offer optional installation of RJ45 Ethernet cabling to servers as well as BMCs within the racks.
Minimum option: Tenderer must offer optional inter-switch High-speed fabric network fiber cables (see R 9.6) of sufficient lengths (5-10 meter) for inter-rack cabling. The customer will install these fiber cables by himself.
Minimum option: Tenderer must offer optional Dual-socket (2P) or Quad-socket (4P) servers.
Minimum option: Tenderer must offer customer the option of buying at later dates (specified in R 15.3 and R 15.4) extra equipment of up to 12 servers,, up to 2 High-speed fabric switches with necessary fabric cables.
The optional equipment must be identical to the initial delivery for seamless adding to the installation, which must remain homogeneous.
Minimum option: Tenderer must offer customer the option of buying at later dates (specified in R 15.3 and R 15.4) extra equipment of up to 3 racks (without any servers or network) including all necessary PDUs and liquid manifolds.
Tenderer must specify separately the cost of installation of liquid tube/pipe connections between manifolds and the central CDU.
The optional equipment must be identical to the initial delivery for seamless adding to the installation, which must remain homogeneous.
Section III: Legal, economic, financial and technical information
The Tenderers must state the specific yearly turnover in the business area covered by the contract for the last three audited financial years, and the minimum level for suitability is 2 x the contract value calculated as an average of the turnover in the last three financial years.
The Tenderers must state the Profit margin for the last three audited financial years, and the Solvency ratio for the last audited financial year.
The average for the Profit margin for the three financial years must minimum be 0 and the Solvency ratio must minimum be 0.
As a minimum the Tenderer must provide 3 references for comparable agreements.
Comparable agreements mean agreements with a value of at least DKK 2.500.000 concerning a 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.
Section IV: Procedure
Section VI: Complementary information
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 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.
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