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
2016/S 103-183629
Offentliggjort
31.05.2016
Udbudstype
Begrænset udbud

Udbyder

Technical University of Denmark — DTU

Vindere

Not decided yet

(03.06.2016)
Not decided yet
Not decided yet

High Performance Computing system for DTU Physics

(05.10.2016)
Atea A/S
Lautrupvang 6
2750 Ballerup

High Performance Computing system for DTU Physics


Technical University of Denmark — DTU

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Technical University of Denmark — DTU
30060946
Anker Engelunds Vej 1
Kgs. Lyngby
2800
DENMARK
Contact person: John Tandrup Riedel
Telephone: +45 45252525
E-mail: jotri@adm.dtu.dk
NUTS code: DK012

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) Joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=165610&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=165610&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
Other activity: education and research

Section II: Object

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

 

High Performance Computing system for DTU Physics.

 

Reference number: 16/09243
II.1.2) Main CPV code
30211100
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. Tenderers are expected to offer the fastest possible processors and systems for such applications, combined with high speed fabric interconnect and Ethernet interfaces. The systems must be air cooled and have a compact form factor and a simple design targeted at scale-out high performance computing. Hardware management should be kept as simple as possible. The system must be interoperable with a pre-existing Linux cluster named Niflheim. The total contract value is fixed at 5.27 million DKK (5 270 000 DKK). Tenderers therefore are to offer the best high performance computer system within the fixed contract value.

 

II.1.5) Estimated total value
Value excluding VAT: 5 270 000.00 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
II.2.3) Place of performance
NUTS code: DK012
Main site or place of performance:

 

DTU Lyngby campus.

 

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. Tenderers are expected to offer the fastest possible processors and systems for such applications, combined with high speed fabric interconnect and Ethernet interfaces. The systems must be air cooled and have a compact form factor and a simple design targeted at scale-out high performance computing. Hardware management should be kept as simple as possible. The system must be interoperable with a pre-existing Linux cluster named Niflheim. The total contract value is fixed at 5.27 million DKK (5 270 000 DKK). Tenderers therefore are to 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: 5 270 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 10/10/2016
End: 10/10/2020
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

 

— Ability to provide 1-day on-site technical support at DTU Lyngby Campus;

— Availability of direct access to 2 level support;

— On-site technical staff to DTU Lyngby Campus (Number of on-site staff and qualifications);

— Evaluation 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.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

When Tenderer is pre-qualified and wants to make a tender, then there are some options in the Appendix 1: Requirement for specifications that must/can be priced in Appendix 2: Prices.

 

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: yes
Identification of the project: Horizon 2020 projects are partly financing the payment. Horizon 2020 projects may also use the procured HPC System in the future.
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
List and brief description of conditions:

 

The economic operator must be enrolled in a relevant professional register like CVR in Denmark.

 

III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

— General yearly turnover for 3 years;

— Set-up of economic operator in case of not able to give turnover data for 3 years;

— Financial ratio:

i. Solvency ratio is calculated as follows (Total equity/Total liabilities) x 100;

ii. Profit ratio is calculated as follows (Operating profit/Revenue) x 100.

 

Minimum level(s) of standards possibly required:

 

2 x the contract value calculated as an average of the turnover in the last 3 financial years.

Solvency ratio average for 3 years must be above 0 (zero).

Profit ratio average for 3 years must be above 0 (zero).

 

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

 

— References for supply contracts: Performance and deliveries of the specified type;

— Educational and Professional qualifications:

i. Ability to provide 1-day on-site technical support at DTU Lyngby Campus;

ii. Availability of direct access to 2 level support;

iii. On-site technical staff to DTU Lyngby Campus (Number of on-site staff and qualifications);

iv. Average annual manpower.

 

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
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Restricted 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: 27/06/2016
Local time: 12:00
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: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

Electronic ordering and payment will be used depending on legislation for the winning tenderer and the tenderer capacity.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
Copenhagen
2100
DENMARK
Telephone: +45 35291000
E-mail: klfu@erst.dk

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

VI.4.2) Body responsible for mediation procedures
Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
Valby
2500
DENMARK
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100

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

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

 

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. lov om Klagenævnet for Udbud § 7, Section 2, No 1.

 

VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice:
26/05/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|