Supplies - 202138-2018

12/05/2018    S90

France-Paris: Super computer

2018/S 090-202138

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Grand équipement national de calcul intensif (GENCI)
Postal address: 6bis rue Auguste Vitu
Town: Paris
NUTS code: FR101 Paris
Postal code: 75015
Country: France
Contact person: Mrs. Laura Preud'homme
E-mail: achat@genci.fr
Telephone: +33 612780719
Internet address(es):
Main address: www.genci.fr
I.1)Name and addresses
Official name: Barcelona Supercomputing Center (BSC)
Postal address: 6bis rue Auguste Vitu
Town: Paris
NUTS code: FR101 Paris
Postal code: 75015
Country: France
E-mail: achat@genci.fr
Internet address(es):
Main address: https://www.bsc.es/
I.1)Name and addresses
Official name: Forschungszentrum Jülich, Jülich Supercomputing Centre
Postal address: 6bis rue Auguste Vitu
Town: Paris
NUTS code: FR101 Paris
Postal code: 75015
Country: France
E-mail: achat@genci.fr
Internet address(es):
Main address: http://www.fz-juelich.de/ias/jsc/EN/Home/home_node.html
I.1)Name and addresses
Official name: Cineca
Postal address: 6bis rue Auguste Vitu
Town: Paris
NUTS code: FR101 Paris
Postal code: 75015
Country: France
E-mail: achat@genci.fr
Internet address(es):
Main address: https://www.cineca.it/
I.2)Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

French procurement law.

I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://ppi4hpc.eu
Additional information can be obtained from the abovementioned address
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: Research

Section II: Object

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

Public procurement of innovative solutions (PPI) to buy innovative high-performance IT equipment for European supercomputing centres

Reference number: PPI4HPC
II.1.2)Main CPV code
30211100 Super computer
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This Contract Notice invites interested economic operators to submit tenders to a PPI procurement that addresses the following challenge: providing high-performance IT equipment for European supercomputing centres.

The procurement involves 4 public procurers (BSC, JUELICH, CINECA and GENCI) located in 4 different countries (Spain, Germany, Italy and France) working together in a joint procurement. The purpose of the procurement is for each public procurer to purchase an innovative high-performance supercomputer and/or an innovative high-performance storage system that will be integrated in their computing centre. These systems are expected to be deployed in the time frame 2019-2021.

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

II.1.5)Estimated total value
Value excluding VAT: 73 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Storage and computing infrastructure for high-performance data analytics

Lot No: 1
II.2.2)Additional CPV code(s)
30211300 Computer platforms
II.2.3)Place of performance
NUTS code: ES ESPAÑA
Main site or place of performance:

Barcelona Supercomputing Center, Carrer de Jordi Girona, 29-31, 08034 Barcelona, Spain.

II.2.4)Description of the procurement:

In this lot, BSC will acquire storage and computing infrastructure for high-performance data analytics to be installed during the second half of 2019. The BSC HPDA infrastructure will combine compute nodes with innovative storage technologies like NVRAM in conjunction with storage technologies already in place at BSC, such as normal hard drives and tape infrastructure, configured in a tiered storage solution to store hundreds of petabytes of scientific data.

For the storage part, an innovative tiered storage solution scalable to hundreds of petabytes is expected. It will feed and provide data to the different BSC HPC and HPDA resources now and in the years to come during the pre-exascale period.

For the compute part, a high-performance data analytics infrastructure will be acquired to complement installed BSC HPC production clusters. They will pre- or post-process simulation data with new big data or analytics paradigms and algorithms.

Innovative solutions for massive data storage and tiering are expected for this lot.

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

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: 1 350 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

1) economic and financial standing of the candidate assessed with regard to the factor by which the candidate’s average annual revenue in 2016 and 2017 exceeds the budget of the lot as indicated in the Contract Notice (20%);

2) technical and professional ability of the candidate assessed with regard to the following subcriteria (80%):

— the quality of the principal deliveries or services performed by the candidate assessed with regard to the number of references for storage systems with a capacity of at least 10 PB installed since June 2017 (40%),

— the measures used by the candidate to ensure the quality of and means for R and D assessed with regard to the number of references to R and D projects (title, short summary and staff profile) since 2015, in which the candidate was involved with personnel executing R and D services (20%),

— the educational and professional qualifications of the candidate assessed with regard to the number of experts the candidate has among their staff covering the following roles as well with respect to the coverage of all roles by different persons (20%):

—— systems architect;

—— systems engineer;

—— data centre infrastructure specialist;

—— application / benchmarking specialist;

—— project manager.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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: Grant agreement No 754271 – PPI4HPC
II.2.14)Additional information

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

II.2)Description
II.2.1)Title:

Acquisition, delivery, installation and maintenance of a supercomputer with innovative support for data-intensive applications

Lot No: 2
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
II.2.3)Place of performance
NUTS code: DE DEUTSCHLAND
Main site or place of performance:

Forschungszentrum Jülich GmbH, Wilhelm-Johnen-Straße, Jülich Supercomputing Centre, 52428 Jülich, Germany.

II.2.4)Description of the procurement:

The goal of the lot is to procure a high-performance computing resource that is planned to be installed at Jülich Supercomputing Centre’s (JSC) supercomputing facility by the end of 2020. The system will replace the currently operated JURECA cluster and must be able to execute the diverse workloads of this system with significantly higher performance and energy efficiency. In addition, the system shall have architectural features specifically targeted at data-intensive science. In particular, JSC expects the system to integrate dense memory technologies into its memory hierarchy and to expose this memory to applications through novel APIs. The system is expected to be connected to the central storage subsystem in the JSC facility with high bandwidth. In addition to the dense memory integration, JSC expects innovative hardware and software solutions offering high energy efficiency as well as improved facility integration (e.g. improved power monitoring and control) and application performance monitoring capabilities.

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

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: 24 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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: 3
Objective criteria for choosing the limited number of candidates:

1) economic and financial standing of the candidate assessed with regard to the factor by which the candidate’s average annual revenue in 2016 and 2017 exceeds the budget of the lot as indicated in the Contract Notice (30%);

2) technical and professional ability of the candidate assessed with regard to the following subcriteria (70%):

— the quality of the principal deliveries performed by the candidate assessed with regard to the number of references for systems listed in any of the Top500 lists published since June 2017 (30%),

— the measures used by the candidate to ensure the quality of and means for R and D assessed with regard to the number of references to R and D projects (title, short summary and staff profile) since 2015, in which the candidate was involved with personnel executing R and D services (15%),

— the educational and professional qualifications of the candidate assessed with regard to the number of experts the candidate has among their staff covering the following roles as well with respect to the coverage of all roles by different persons (25%):

—— systems architect,

—— systems engineer,

—— data centre infrastructure specialist,

—— application / benchmarking specialist,

—— project manager.

The candidates who score at least 31% will qualify and be invited to participate in the dialogue.

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

The contract will enter into force from its notification to the awarded economic operator and will last five (5) years, with the option to extend the duration by another year. The option to extend the five (5) year contract by another year needs to be taken into account in the financial offer (Proposal Statement). No changes to the original contract will be made for the optional year. JUELICH will inform the contractor at least one (1) month before the termination of the five (5) year contract whether the option will be chosen.

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: Grant agreement No 754271 – PPI4HPC
II.2.14)Additional information

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

II.2)Description
II.2.1)Title:

Evolution of the Tier-0 system towards exascale architectures

Lot No: 3
II.2.2)Additional CPV code(s)
30211100 Super computer
II.2.3)Place of performance
NUTS code: IT ITALIA
Main site or place of performance:

CINECA, Via Magnanelli, 6/3, 40033 Casalecchio di Reno BO, Italia.

II.2.4)Description of the procurement:

The goal of the lot is to procure a new supercomputing system that will replace the throughput partition of MARCONI installed in CINECA’s data centre. With the deployment of the new system, scheduled for the second half of 2019, CINECA aims to achieve a computing power of the order of tens of PFlops featuring a node architecture that maximizes the performance throughput per energy unit. The new system will support CINECA’s commitment to providing leading-edge innovative computing resources to European research as a PRACE Tier-0 hosting member. The procured resource integrated in the MARCONI infrastructure will represent a new step towards the architectural convergence of high-performance computing and high-performance data analytics (data-centric architecture) and will be able to run computing and data intensive workloads, which is particularly relevant for solutions with a high energy efficiency. In this regard, the system will benefit from innovative hardware and software solutions that aim to reduce power consumption, improve power management and enhance I/O performance, helping to make supercomputing sustainable towards exascale for a broad range of scientific applications.

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

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: 25 000 000.00 EUR
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 minimum number: 3
Maximum number: 10
Objective criteria for choosing the limited number of candidates:

1) economic and financial standing of the candidate assessed with regard to the factor by which the candidate’s average annual revenue in 2016 and 2017 exceeds the budget of the lot as indicated in the Contract Notice (50%);

2) technical and professional ability of the candidate assessed with regard to the following subcriteria (50%):

— the quality of the principal deliveries performed by the candidate assessed with regard to the number of references for systems listed in any of the Top500 lists published since June 2017 (30%),

— the measures used by the candidate to ensure the quality of and means for R and D assessed with regard to the number of references to R and D projects (title, short summary and staff profile) since 2015, in which the candidate was involved with personnel executing R and D services (10%),

— The educational and professional qualifications of the candidate assessed with regard to the number of experts the candidate has among their staff covering the following roles as well with respect to the coverage of all roles by different persons (10%):

—— systems architect;

—— systems engineer;

—— data centre infrastructure specialist;

—— application / benchmarking specialist;

—— project manager.

In the event that 2 or more candidates obtain the same score for tenth place, they will be qualified and be invited to participate in the dialogue.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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: Grant agreement No 754271 – PPI4HPC
II.2.14)Additional information

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

II.2)Description
II.2.1)Title:

Framework Agreement for the acquisition, delivery, installation, maintenance and decommissioning of a high-performance and energy-efficient computing system towards the convergence of HPC, HPDA and AI

Lot No: 4
II.2.2)Additional CPV code(s)
30211100 Super computer
II.2.3)Place of performance
NUTS code: FR104 Essonne
Main site or place of performance:

CEA DAM Île-de-France, TGCC (Très grand centre de calcul du CEA), chemin Grand Rué, 91680 Bruyères-le-Châtel, France.

II.2.4)Description of the procurement:

The goal of the lot is to increase, during the second half of 2019, the computing power installed in the TGCC (Très grand centre de calcul du CEA, located near Paris) and make it available to French and European researchers. Targeting several tens of Petaflops, the new HPC resource will be seamlessly integrated into the system installed in early 2018 in the same location. The new system will provide a balanced architecture for scientific applications, including very high IO bandwidth connection to the storage system of the TGCC. In order to fulfil such requirements and to achieve a high-energy efficiency together with an excellent performance / TCO ratio towards exascale systems, GENCI expects innovative solutions both in terms of hardware (processors, interconnection network…) and in terms of software (novel programming models…) as well as strong support from the provider, particularly during early operation of the new system including a contribution to application porting and optimization.

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

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: 32 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
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: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

1) economic and financial standing of the candidate assessed with regard to the factor by which the candidate’s average annual revenue in 2016 and 2017 exceeds the budget of the lot as indicated in the Contract Notice (20%);

2) technical and professional ability of the candidate assessed with regard to the following subcriteria (80%):

— the quality of the principal deliveries performed by the candidate assessed with regard to the number of references for systems listed in any of the Top500 lists published since June 2017 (25%),

— the measures used by the candidate to ensure the quality of and means for R and D assessed with regard to the number of references to R and D projects (title, short summary and staff profile) since 2015, in which the candidate was involved with personnel executing R and D services (25%),

— the educational and professional qualifications of the candidate assessed with regard to the number of experts the candidate has among their staff covering the following roles as well with respect to the coverage of all roles by different persons (5%):

—— systems architect;

—— systems engineer;

—— data centre infrastructure specialist;

—— application / benchmarking specialist;

—— project manager;

— the qualification and availability of the staff, including supervisory staff, of the candidate assessed with regard to the number of persons dedicated to support for this kind of innovative system, with expertise high enough to support such a system and with the capacity to be on site in less than 24 hours (25%).

The candidates who score at least 60% will qualify and be invited to participate in the dialogue.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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: Grant agreement No 754271 – PPI4HPC
II.2.14)Additional information

Additional information under this section and the Contract Notice in its entirety are available on the PPI4HPC website at the following address: https://ppi4hpc.eu

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:

1) The application letter DC1 or equivalent.

The application letter DC1 is available on the PPI4HPC website: https://ppi4hpc.eu

2) The application declaration DC2 or equivalent.

The application declaration DC2 is available on the PPI4HPC website: https://ppi4hpc.eu

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

3) A statement concerning the global turnover of the candidate and the turnover of the activity sector being the object of the procurement procedure, concerning the last three available financial exercises according to the date of creation of the company or the beginning of activity of the economic operator.

4) Appropriate statements from banks or insurance companies providing evidence of insurance against relevant occupational risks.

5) Balance sheets or extracts from the balance sheets, for the last 3 years, for the economic operators for whom the drawing up of balance sheets is mandatory under the law.

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

6) A list of the principal deliveries or services performed by the candidate during the last 3 years, showing the amount, date, location and public or private recipient. The deliveries and services are evidenced by certificates from the recipient or by a declaration of the economic operator.

7) A statement indicating the annual average staff of the candidate and the importance of the supervisory staff over the last 3 years.

8) A statement of the educational and professional qualifications of the candidate or of the management staff, and in particular, those responsible for the provision of the services or the conduct of work which have the same nature as the purpose of the procurement procedure.

9) A description of the tools, equipment and technical equipment available to the candidate for the performance of the public contracts.

10) A description of the technical equipment as well as the measures used by the candidate to ensure the quality of and means for R and D.

11) Professional qualification certificates drawn up by independent bodies.

12) Certificates drawn up by official quality control institutes or departments authorized to certify the conformity of supplies by references to certain technical specifications.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
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.1.8)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
Notice number in the OJ S: 2017/S 126-256030
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/07/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 20/08/2018
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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Participation in the open market consultation (open dialogue event, one-to-one meetings) that was held as part of the preparation for this procurement is not a prerequisite for submitting a tender. For more information about the open market consultation Q and A, see https://ppi4hpc.eu/call-for-tender/questions-and-answers

The requests to participate for each lot must be submitted in English for all 4 lots.

The candidates can:

— send their request to participate by a registered letter with acknowledgment of receipt to the following address:

GENCI, To Ms. Laura Preud’homme, 6bis rue Auguste Vitu, 75015 Paris, France

— personally deliver their request to participate with confirmation of receipt Monday to Friday from 9:00 to 12:00 and from 14:00 to 17:00 to the same address.

For each lot, each request to participate must be submitted as one original hard copy as well as on a USB key. The documents of the request to participate contained on the flash drive must be identical to the original hard copy. In case of contradiction, the original hard copy will prevail over the elements contained on a flash drive.

The request to participate of the candidate must be submitted in an envelope carrying the stamp of the candidate and the remark "Public procurement of innovative solutions (PPI) to buy innovative solutions of high-performance IT equipment for European supercomputing centres — lot nº X — Do not open.

Additional information regarding Section I.3) Communication: access to the procurement documents is restricted pursuant to Article 41, II-3º and 5º of decree nº 2016-360 dated 25.3.2016.

More information:

See:

— the project website (see https://ppi4hpc.eu),

— PPIs on the Europa website (http://ec.europa.eu/digital-agenda/en/innovation-procurement) or contact: achat@genci.fr

Management of the Q and As: all questions concerning the application phase must be addressed to achat@genci.fr and at the latest 14 calendar days before the deadline for submission of requests to participate. The answers will be published on the PPI4HPC website (https://ppi4hpc.eu) no later than 6 days before the deadline for receipt of the requests to participate.

There is no restriction on the number of lots that can be awarded to the same candidate.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal de grande instance de Paris
Postal address: parvis du Tribunal de Paris
Town: Paris
Postal code: 75017
Country: France
Telephone: +33 144325151
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Tribunal de grande instance de Paris
Postal address: parvis du Tribunal de Paris
Town: Paris
Postal code: 75017
Country: France
Telephone: +33 144325151
VI.5)Date of dispatch of this notice:
09/05/2018