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
2023/S 079-239514
Offentliggjort
21.04.2023
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet - DTU

High Performance Computing system


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: 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
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=361688&B=DTU</div>
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=361688&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

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 (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.

II.1.5) Estimated total value
Value excluding VAT: 9 200 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
30230000 Computer-related equipment
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

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.

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: 9 200 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:

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.

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.1.2) Economic and financial standing
Minimum level(s) of standards possibly required:

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.

III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required:

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

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/06/2023
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 23/06/2023
Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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.

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:
17/04/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|