Luxembourg-Luxembourg: Acquisition, Delivery, Installation and Hardware and Software Maintenance of JUPITER Exascale Supercomputer for the European High Performance Computing Joint Undertaking (EuroHPC)
2023/S 011-026365
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1)Name and addressesOfficial name: European High-Performance Computing Joint Undertaking (EuroHPC JU), EUROHPC.JUDIR.PROG.INFR – Infrastructure
Postal address: 12, rue Guillaume Kroll, Technopolis Building, Wing E
Town: Luxembourg
NUTS code:
LU000 LuxembourgPostal code: L-2920
Country: Luxembourg
E-mail:
procurement@eurohpc-ju.europa.euInternet address(es): Main address:
https://eurohpc-ju.europa.eu/ I.3)CommunicationAdditional 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 authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Acquisition, Delivery, Installation and Hardware and Software Maintenance of JUPITER Exascale Supercomputer for the European High Performance Computing Joint Undertaking (EuroHPC)
Reference number: EUROHPC/2023/CD/0001
II.1.2)Main CPV code30211100 Super computer
II.1.3)Type of contractSupplies
II.1.4)Short description:
The purpose of the Invitation to tender is to select one (1) economic operator (hereafter ‘Contractor’) for the component acquisition, delivery, assembly, hardware and software installation and maintenance of an exascale high-performance computing machine (‘Supercomputer’) that will be owned by the EuroHPC JU.
The EuroHPC JU will conclude one contract with the successful tenderer in order to acquire, deliver, install and maintain the high-end supercomputer hosted by the respective hosting entity. Therefore, the prospective contractors should have proven experience of acquiring, delivering, installing and maintaining supercomputers in similar environments as the ones required in this procurement procedure.
The solutions to be procured are expected to outperform existing solutions regarding several of the following aspects:
• performance/TCO;
• programmability and usability;
• versatility;
• system stability;
• power and energy efficiency;
• computing density.
II.1.5)Estimated total valueValue excluding VAT: 273 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)30211100 Super computer
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
Main site or place of performance:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.4)Description of the procurement:
Acquisition, delivery, installation and hardware and software maintenance of JUPITER exascale supercomputer for the European High Performance Computing Joint Undertaking (EuroHPC).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 273 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
As an option, tenderers may offer an extension or modification of the system so that the system including the option also meets the required technical specifications but uses less energy to achieve them. The maximum value of the option is EUR 20 000 000.
The rationale of this option is to allow for a larger investment if this results in operating cost savings over the planned five-year lifetime of the system. The option will be taken into consideration under the condition that the value of the operating cost savings is at least as high as the value of the option. The value of the energy savings will be estimated as part of the TCO evaluation in cost performance analysis.
The option is optional for the contracting authority who has the right to acquire it or not, but not the tenderers who have to include them in their technical and financial tender.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Please consult the procurement documents available at the address indicated in Section I.3).
II.2.14)Additional information
Please consult the procurement documents available at the address indicated in Section I.3).
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 registersList and brief description of conditions:
Please consult the procurement documents available at the address indicated in Section I.3).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the procurement documents available at the address indicated in Section I.3).
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/02/2023
Local time: 17:00
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:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3).
VI.5)Date of dispatch of this notice:09/01/2023