Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: European Organization for Nuclear Research (CERN)
Postal address: Genève 23
Town: Geneva
Postal code: 1211
Country: Switzerland
Contact person: CERN
For the attention of: Christophe Veys
E-mail: HNSciCloud-Tender@cern.ch
Internet address(es):
General address of the contracting authority: http://www.cern.ch
Electronic access to information: http://www.hnscicloud.eu/
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityOther: European Organization for Nuclear Research (CERN)
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: SURFsara
Postal address: PO Box 94613
Town: Amsterdam
Postal code: 1090 GP
Country: Netherlands
Official name: Institut de Fisica d'Altes Energies
Postal address: Campus UAB, Edifici Cn. Bellaterra, Cerdanyola Del Valles
Town: Barcelona
Postal code: 08193
Country: Spain
Official name: Science and Technology Facilities Council (STFC)
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1SZ
Country: United Kingdom
Official name: Deutsches Elektronen-Synchroton (DESY)
Postal address: Notkestraße 85
Town: Hamburg
Postal code: 22607
Country: Germany
Official name: Centre national de la recherche scientifique (CNRS)
Postal address: 3 rue Michel-Ange
Town: Paris Cedex 16
Postal code: 75794
Country: France
Official name: European Molecular Biology Laboratory (EMBL)
Postal address: Meyerhofstraße 1
Town: Heidelberg
Postal code: 69117
Country: Germany
Official name: Istituto Nazionale di Fisica Nucleare (INFN)
Postal address: Via Enrico Fermi 40, Frascati
Town: Rome
Postal code: 00044
Country: Italy
Official name: The European Synchrotron (ESRF)
Postal address: 71 avenue des Martyrs
Town: Grenoble
Postal code: 38000
Country: France
Official name: Karlsruher Institut für Technologie (KIT)
Postal address: P.O.Box 3640
Town: Karlsruhe
Postal code: 76021
Country: Germany
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Helix Nebula Science Cloud (HNSciCloud — Pre-commercial Procurement).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 8: Research and development services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in months: 25
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 300 000 EUR
II.1.5)Short description of the contract or purchase(s)
Under this PCP, R&D services will be procured from companies to develop solutions for the set-up of the HNSciCloud Hybrid Cloud Platform, taking into account the performance, security and management aspects of a hybrid cloud infrastructure, including technical standards, interoperability, portability, as well as building trust and confidence in cloud computing services. The innovative IaaS–level services will need to be integrated with a range of resources operated by public organisations and publicly funded e-infrastructures to form a hybrid cloud solution. The overall challenge of building the Hybrid Cloud Platform is based on 3 sub-challenges, taking into account all use cases (see Tender Document 2: Functional Specification).
II.1.6)Common procurement vocabulary (CPV)73000000 Research and development services and related consultancy services, 73300000 Design and execution of research and development, 72000000 IT services: consulting, software development, Internet and support, 72212211 Platform interconnectivity software development services, 72310000 Data-processing services, 72322000 Data management services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This Pre-commercial procurement for the development of a hybrid cloud platform will be deployed in 3 phases:
— Phase 1: Solution design of the Hybrid Cloud Platform with a budget of 520 000;
— Phase 2: Prototype implementation of the Hybrid Cloud Platform with a budget of 1 325 000;
— Phase 3: Pilot deployment of the Hybrid Cloud Platform with a budget of 3 455 000.
Estimated value excluding VAT: 5 300 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 7.10.2016. Completion 28.10.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Request for Tenders Section 1.5, table 4.
See Framework Agreement section 10.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No particular legal form required.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The PCP is carried out under the explicit exemption for R&D services set out in art.16(f) of Directive 2004/18/EC of the European Parliament and of the Council and art.14 of Directive 2014/24/EU of the European Parliament and of the Council. Tenderers are asked to observe that the main object of the tender has to cover R&D services and not products or supplies, or commercial development activities.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See Request for Tenders section 3.3 selection criteria.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See Request for Tenders section 3.3 selection criteria.
Minimum level(s) of standards possibly required: See Request for Tenders section 3.3 selection criteria.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See Request for Tenders section 3.3 selection criteria.
Minimum level(s) of standards possibly required:
See Request for Tenders section 3.3 selection criteria.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IT-4190/IT
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 19.9.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.9.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 22.9.2016
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): Funded by the European Union's Horizon 2020 Research and Innovation Programme under grant agreement No 687614.
VI.3)Additional information
An information session will be organised at CERN on the 7.9.2016 (additional information on the website). Questions or requests for clarification concerning the Tender Documents must be asked in English before the 2.9.2016. All questions received will be dealt with and answered during the information session. After the information session, no additional questions will be answered for Phase 1.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: The Arbitration Tribunal of Geneva
Country: Switzerland
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.7.2016