High Performance Computing Maintenance Contract
Cardiff University, on behalf of HPC Wales Ltd is seeking proposals for a computer maintenance contract covering HPC and associated networking infrastructure.
United Kingdom-Cardiff: Maintenance and repair of computer equipment
2016/S 101-179915
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UNITED KINGDOM
Contact person: Julie Paynter
Telephone: +44 2920879648
E-mail: Buyline@cardiff.ac.uk
NUTS code: UKL
Internet address(es):Main address: www.cardiff.ac.uk/purch/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HPC High Performance Computing Interim Maintenance.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Cardiff University, on behalf of HPC Wales Ltd is seeking proposals for a computer maintenance contract covering HPC and associated networking infrastructure for hardware situated at the Bangor, Cardiff and Swansea University sites. HPC Wales comprises a mix of HPC systems based on Intel Westmere and Sandy Bridge processors supplied by Fujitsu using their Primergy servers. Storage is provided by Eternus and DDN Solutions with Quantum Tape Libraries providing backup solution. The majority of this hardware is no longer within an active maintenance agreement, which expired 31.12.2015. This tender is seeking to identify suppliers to rectify existing faults and provide a maintenance contract (break/fix support) for a minimum of 12 months, with options to extend under an incremental process for potentially an additional 12 months.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Computer Servers and blade including all management servers and login nodes
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1:
HPC Wales Computer Services;
1-CU-HTC: Cardiff High Throughput Cluster (167 × BX922 Intel Westmere nodes + 1 × RX900 and 4 × RX600 Intel Nehalem nodes);
1-CU-Cap: Cardiff Capacity Cluster (384 × CX250S1 Intel Sandy Bridge nodes);
1-CU-GPU: Cardiff GPU Cluster nodes (16 × CX270 Intel Sandy Bridge nodes);
1-SU-Cap: Swansea Capacity Cluster (128 × CX250S1 Intel Sandy Bridge nodes);
1-SU-Cab: Swansea Capability Cluster (256 × CX250S1 Intel Sandy Bridge nodes);
1-SU-GPU: Swansea GPU Cluster (16 × CX270 Intel Sandy Bridge nodes);
1-BU-T1: Bangor University Cluster (54 × BX922 Intel Westmere nodes);
1-Man-Nodes: Service nodes located at all sites based on Intel Westmere and Sandy Bridge servers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended in 1 month, 3 month, 6 month or 12 month increments up to 18.7.2018, subject to satisfactory performance, pricing and funding.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Eternus Storage — longer term/home NFS File system along with Quantum Tape Libraries
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Cardiff, Bangor, Swansea.
II.2.4)Description of the procurement:
Eternus Storage and Quantum Tape Libraries. The Quantum Tape Libraries refer to installations at Cardiff and Swansea only.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended in 1 month, 3 month, 6 month or 12 month increments up to 18.7.2018, subject to satisfactory performance, pricing and funding.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
DDN Storage — Parallel File System (Lustre)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Cardiff and Swansea.
II.2.4)Description of the procurement:
DDN Storage (Cardiff and Swansea only).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended in 1 month, 3 month, 6 month or 12 month increments up to 18.7.2018, subject to satisfactory performance, pricing and funding.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Network Switches and Firewalls (Checkpoint)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Cardiff, Bangor and Swansea.
II.2.4)Description of the procurement:
Network Switches and Firewalls (Checkpoint).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended in 1 month, 3 month, 6 month or 12 month increments up to 18.7.2018, subject to satisfactory performance, pricing and funding.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mellanox InfiniBand Switch
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Cardiff, Bangor and Swansea.
II.2.4)Description of the procurement:
Mellanox InfiniBand Switch.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended in 1 month, 3 month, 6 month or 12 month increments up to 18.7.2018, subject to satisfactory performance, pricing and funding.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the ITT (Invitation to Tender) documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Cardiff University.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
As set out in the ITT documents.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As stated in the ITT Documents.
(WA Ref:46174).
VI.4.1)Review body
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UNITED KINGDOM
Telephone: +44 2920879648Internet address:www.cardiff.ac.uk/purch/
VI.4.3)Review procedure
Cardiff University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to clarify or query the award decision before the contract is entered into. The UK Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Supply of a Management Information System
Kent County Council Mobile Solutions Tender
Crown Commercial Service Technology Products 2