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
2018/S 007-011019
Offentliggjort
11.01.2018
Udbudstype
Udbud efter forhandling

Udbyder

Danmarks Tekniske Universitet - DTU

Vindere

High Performance Computing Cluster (HPC) for AIT, DTU

(05.10.2018)
Atea A/S
Ballerup

Opdateringer

Rettelse
(18.01.2018)

IV.2.2)
instead of:
Date: 02-02-2018
Time: 23:59
Read:
Date: 08-02-2018
Time: 12:00

High Performance Computing Cluster (HPCC) for DTU, AIT


Danmarks Tekniske Universitet - DTU

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet - DTU
30060946
Anker Engelunds Vej 1
Kgs. Lyngby
2800
Denmark
Contact person: Louise Overgaard/ Alexi Burns-Tang
Telephone: +45 45251063
E-mail: louco@adm.dtu.dk, alexi@adm.dtu.dk
NUTS code: DK0

Internet address(es):

Main address: 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
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=201429&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=201429&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 Cluster (HPCC) for DTU, AIT

II.1.2) Main CPV code
30211100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DTU wants to purchase a fast, high capacity, HPC cluster for wind energy, mechanical structure optimization, and general research purposes, with an emphasis on Computational Fluid Dynamics (CFD) models.

A large part of the research in wind energy technology is centered around computer models, from advanced structural modeling, aeroelastic and dynamic stability, aerodynamics, incompressible finite volume based computational fluid dynamics models, wind resources, and mesoscale meteorological models.

The typical workload on the computer is a blend of large parametric studies of a relative, short single-processor runs, parallel runs utilizing a limited number of CPU's with high memory requirement, and massive parallel runs with balanced memory requirements.

A range of software is in use, ranging from locally developed applications to standard scientific software from other research institutes and commercial vendors.

II.1.5) Estimated total value
Value excluding VAT: 20 000 000.00 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: DK0
II.2.4) Description of the procurement:

The Danish Technical University (DTU) wants to purchase a fast, high capacity, high performance computing cluster for wind energy, mechanical structure optimization, and general research purposes, with an emphasis on Computational Fluid Dynamics (CFD) models.

The Danish wind energy research environment is internationally recognized as being in the forefront of wind energy technology, and The Technical University of Denmark (DTU) has provided a major part of the wind energy research in Denmark.

A large part of the research is centered around computer models, from advanced structural modeling, aeroelastic and dynamic stability, aerodynamics, incompressible finite volume based computational fluid dynamics models, wind resources, and mesoscale meteorological models.

The typical workload on the computer is a blend of large parametric studies of a relative, short single-processor runs, parallel runs utilizing a limited number of CPU's with high memory requirement, and massive parallel runs with balanced memory requirements.

A range of software is in use, ranging from locally developed applications to standard scientific software from other research institutes and commercial vendors.

This system is to be built as a commodity hardware cluster based on Linux and open source software. The operating system for the cluster will be a recent version of CentOS 7 or RedHat 7 and the cluster will be deployed using the OpenHPC (http://openhpc.community/) for the compute nodes and EasyBuild (http://easybuild.readthedocs.io/en/latest/) or Spack (https://spack.io/) for the cluster software.

All servers in this cluster will have Lustre client installed for access various file systems residing on a Lustre storage cluster.

Parallel computations are expected to be mainly conducted using Message Passing Interface (MPI) protocol and utilize the OpenMPI and Mvapich software packages in particular.

Compilers used:

— GNU C/C++/Fortran,

— Intel C/C++/Fortran, and,

— PGI,

The community version of SLURM (https://www.schedmd.com/) will be used for resource management and scheduling.

In addition, the ethernet for management purposes the cluster should have a low latency, high-performance, and non-blocking network, preferably with simple cabling, for compute node interconnection and storage transport.

Evaluation will include a benchmark test.

It is mandatory that test servers are provided for this benchmark test, at least 2 fully configured servers according to requirements 7.1-7.21 fully representing the setup of the tendered solution.

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: 20 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

Please see the Instructions to Tenderers.

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

Please see the Instructions to Tenderers.

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: no
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:

Please see the instructions to Tenderers.

III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 02/02/2018
Local time: 23:59
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

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

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

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadlines for review procedures:

— Complaint regarding a decision on shortlisting:

— — complaint regarding a decision on shortlisting must be submitted no later than 20 calendar days from the date after notification to the concerned Candidates informing them of who has been selected has been sent and this notification includes the grounds for the decision, cf. law regarding, Complaints board (in Danish Klagenævnet for Udbud) § 7, section 1.

— Complaint regarding the award of contract:

— — 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. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, no. 1.

— Complaint regarding the award of a contract under a framework agreement with a reopening of the competition:

— — 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 has been awarded, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, no. 2.

— Complaint regarding the award of a framework agreement:

— — complaint regarding the award of a framework agreement must be submitted no later than 6 months from the date after the Contracting Authority has notified the concerned Candidates and Tenderers that award of the contract has happened, cf. Law regarding the Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, no. 3.

— Complaint regarding a direct award of contract:

— — complaint regarding the Contracting Authority’s award of 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. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 3.

— Compliant regarding public procurements below the EU threshold:

— — complaint regarding 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 after the date where the Contracting Authority has notified the Candidates and Tenderers about that award of a framework agreement, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 4, no. 1 and 2.

— — compliant regarding a decision on shortlisting 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 regarding who has been selected and this notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 5.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

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

VI.5) Date of dispatch of this notice:
09/01/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.11|instance-web03