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 135-307484
Offentliggjort
17.07.2018
Udbudstype
Begrænset udbud

Udbyder

Danmarks Tekniske Universitet - DTU

Vindere

Linux Cluster High Performance Computer (Niflheim)

(13.11.2018)
Dell A/S
2300 Copenhagen

Opdateringer

Rettelse
(01.08.2018)

III.1.2)
Placing the text to be modified:Economic and financial standing
instead of:
Read:
The candidates 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 candidates must state the profit margin for the last 3 audited financial years, and the Solvency ratio for the last audited financial year.
The average for the profit margin for the 3 financial years must minimum be 0 and the solvency ratio must minimum be 0.
If the candidate can’t state the required figures for economic and financial standing, the candidate can document their economic and financial standing by sending an on-demand guarantee with a value of the required specific yearly turnover requested.

III.1.3)
Placing the text to be modified:Technical and professional ability
instead of:
Read:
The candidate must provide the following documentation on technical capacity:
References:
A list of the most important and comparable works /services stating as a minimum the number of nodes, interconnect technology, year and purpose of the cluster, completed by the candidate stating the time as well as name and telephone number of the recipient.
The minimum level for suitability is 3 references and references cannot be more than 5 years old.

II.2.9)
Placing the text to be modified:Information about the limits on the number of candidates to be invited
instead of:
Read:
If the number of suitable candidates exceeds 5, the reduction of the number of otherwise qualified candidates will take place in accordance with the selection criteria:
— most references within the university domain within the EU,
— most references within research and development within the EU,
— similarity to the present tender in size and capability of installed systems.
The evaluation will be based on an overall assessment of the fulfillment of the selection criteria.

High performance Computing system for DTU Physics (Niflheim)


Danmarks Tekniske Universitet - DTU

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet - DTU
30060946
Anker Engelunds Vej 1
Kongens Lyngby
2800
Denmark
Contact person: Louise Cecilie Overgaard
Telephone: +45 45251063
E-mail: louco@adm.dtu.dk
NUTS code: DK02

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) Information about 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=216035&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=216035&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 for DTU Physics (Niflheim)

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 as well as 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.

II.1.5) Estimated total value
Value excluding VAT: 12 000 000.00 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: DK02
NUTS code: DK0
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 as well as 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 are expected to offer very fast processors and compute nodes for such applications. The system must be air cooled and have a compact form factor and a simple design targeted at scale-out high performance computing. Floor space for a row of up to eight (8) 42U/60 cm racks will be made available in an existing server room. A few additional rack spaces in another row can be made available if more than 8 racks are offered.

The cluster must have a High performance and low latency 100 Gbit/s network fabric, in addition to 1 Gbit Ethernet networks. Pre-existing storage servers use NFS over Ethernet, Omni-Path and Infini-band.

The maximum available power is 20 kW per rack, and therefore each rack should contain at most 40 compute nodes in addition to the network equipment.

Tenderers are encouraged to give multiple offers based upon different x86_64 compatible CPU ven-dors, different CPU SKUs, and different High speed fabric vendors.

The system performance evaluation of offers will be based upon a GPAW code benchmark as specified in Appendix 3. The product of the benchmark result numerical value for a single node, times the number of compute nodes offered, should be as high as possible.

The system must be interoperable with a pre-existing Linux cluster named Niflheim whose configuration is described in the web page https://wiki.fysik.dtu.dk/niflheim/Hardware.

The total contract value is fixed at 12 million DKK (12 000 000 DKK). The contract value is inclusive of customs, duties, and all expenses on the part of the contractor but exclusive of VAT. The contract value comprises the Tenderer’s fixed price products and services (elements/product types/equipment/services) until the products/services are delivered, installed, tested and put into op-eration. Tenderers therefore should offer the best high performance computer system within the fixed contract value.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Performance / Weighting: 69 %
Quality criterion - Name: Quality and functionality / Weighting: 25 %
Quality criterion - Name: Service / Weighting: 2 %
Quality criterion - Name: Delivery / Weighting: 1 %
Cost criterion - Name: Options / Weighting: 3 %
II.2.6) Estimated value
Value excluding VAT: 12 000 000.00 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: 5
Objective criteria for choosing the limited number of candidates:

See the tender material.

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

See the tender material.

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:

See the tender material.

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
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: 20/08/2018
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: 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:

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 form 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 have notified the concerned Candidates and Tenderers that award of contract has happened, cf. Law regarding the Complaints board (in Danish Klagenævnet for Udbud) § 7, Section 2, nº 3.

Complaint regarding 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
VI.5) Date of dispatch of this notice:
12/07/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|