
Market Leads & Opportunities
United Kingdom-Cardiff: Supercomputing Wales Equipment and Services
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2018/S 065-144549/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Cardiff University
Postal address: Procurement Services, McKenzie House, 30-36 Newport Road
Town: Cardiff
Postal code: CF24 0DE
Country: United Kingdom
Telephone: +44 2920879648
Email: Buyline@cardiff.ac.uk
Internet address(es):
Main address: www.cardiff.ac.uk/purch/
Address of the buyer profile:
Official name: Swansea University
Postal address: Procurement — Finance, Swansea University, Singleton Park
Town: Swansea
Postal code: SA2 8PP
Country: United Kingdom
Telephone: +44 1792295890
Email: procurement@swansea.ac.uk
Internet address(es):
Main address: www.swansea.ac.uk
Address of the buyer profile:
Official name: Aberystwyth University
Postal address: c/o Finance Office, Student Welcome Centre, Penglais Campus
Town: Aberystwyth
Postal code: SY23 3FB
Country: United Kingdom
Telephone: +44 1970628611
Email: tenstaff@aber.ac.uk
Fax: +44 1970621753
Internet address(es):
Main address: www.aber.ac.uk/
Address of the buyer profile:
Official name: Prifysgol Bangor / Bangor University
Postal address: Finance Office, Cae Derwen, College Road
Town: Bangor
Postal code: LL57 2DG
Country: United Kingdom
Telephone: +44 1248382057
Email: procurement@bangor.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.2) Joint Procurement:
The contract involves joint procurement
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: Supercomputing Wales Equipment and Services
Reference number: SPEC535
II.1.2) Main CPV code: 30211100
II.1.3) Type of contract Supplies
II.1.4) Short Description: This tender is split into 3 lots. The first 2 involve the replacement of the existing supercomputer services situated at both Cardiff University (Lot 1) and Swansea University (Lot 2). The third lot (Lot 3) is a High Performance Data Analytics system.
Further information is contained in the SQ document and the ITT.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:14000000
Currency:GBP
II.2) Description
II.2.1) Title: Cardiff Supercomputer Solution
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 30211100
II.2.3) Place of performance
Nuts code: UKL22
Main site or place of performance:Cardiff.
II.2.4) Description of the procurement
Lot 1 Cardiff Supercomputer:
Lot 1 is to replace the existing supercomputing services (hardware and software) at Cardiff University for both HPC Wales 1 Ltd and Cardiff University’s centralised system (Raven). This includes the cluster management and user access interfaces, the compute node partition (with a sub set of novel architecture and enhanced memory nodes), file systems and associated high performance storage, and relevant software environment. There is also a requirement to migrate a live user community onto this replacement service. Full details are presented in the ITT.
II.2.5)Award criteria
Quality criterion – Name: Community benefits/Weighting:25Quality criterion – Name: System flexibility/Weighting:20
Cost criterion – Name: Cost/Weighting:55
II.2.11) Information about options
Options yes
Description of options: Phase 1 Equipment and Services will represent the initial call-off contracts under this Framework Agreement. It is envisaged that subject to funding / income generation there will be the opportunity for further call-off contracts under this Framework Agreement under Phase 2. Phase 2 will also be subject to appropriate benchmarking in terms of market value prior to any potential call-off contracts.
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:Welsh European Funding Office case number 80900 for East Wales, case number 80898 for West Wales and the Valleys
II.2.1) Title: Swansea Supercomputer Solution
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 30211100
II.2.3) Place of performance
Nuts code: UKL18
II.2.4) Description of the procurement
Lot 2: Swansea Supercomputer Service:
Lot 2 is to replace the existing supercomputing service (hardware and software) at Swansea University’s Supercomputing Wales hub. This includes the cluster management and user access interfaces, the compute node partition (with a sub set of novel architecture and enhanced memory nodes), file systems and associated high performance storage, and relevant software environment. There is also a requirement to migrate a live user community onto this replacement service. Full details are presented in the ITT.
II.2.5)Award criteria
Quality criterion – Name: Community benefits/Weighting:25Quality criterion – Name: System flexibility/Weighting:20
Cost criterion – Name: Cost/Weighting:55
II.2.11) Information about options
Options yes
Description of options: Phase 1 Equipment and Services will represent the initial call-off contracts under this Framework Agreement. It is envisaged that subject to funding / income generation there will be the opportunity for further call-off contracts under this Framework Agreement under Phase 2. Phase 2 will also be subject to appropriate benchmarking in terms of market value prior to any potential call-off contracts..
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:Welsh European Funding Office case number 80900 for East Wales, case number 80898 for West Wales and the Valleys
II.2.1) Title: High Peformance Data Analytics
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 30211100
II.2.3) Place of performance
Nuts code: UKL
II.2.4) Description of the procurement
Lot 3: High Performance Data Analytics.
This Lot is to support the emerging “Big Data” research drivers based on a developmental service, although it will have production component. The aim is to provide a dedicated platform that will require the provision of software for managing and controlling a local cloud solution, virtualisation, scheduling and running containers across a shared environment, workload management capable of provisioning machines, and support for various open-source analytics style databases. In addition there is a requirement for a flexible storage system to support diverse workloads, filewalls and encryption applicable for medically related research and a full software environment for the development of analytics tools and workflows. Full details are provided in the ITT.
II.2.5)Award criteria
Quality criterion – Name: Community benefits/Weighting:25Quality criterion – Name: System flexibility/Weighting:20
Cost criterion – Name: Cost/Weighting:55
II.2.11) Information about options
Options yes
Description of options: Phase 1 Equipment and Services will represent the initial call-off contracts under this Framework Agreement. It is envisaged that subject to funding / income generation there will be the opportunity for further call-off contracts under this Framework Agreement under Phase 2. Phase 2 will also be subject to appropriate benchmarking in terms of market value prior to any potential call-off contracts.
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:Welsh European Funding Office case number 80900 for East Wales, case number 80898 for West Wales and the Valleys
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
The procurement involves the establishment of a framework agreement
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 103-205214
Section V: Award of contract
Lot No: 1
Title: Cardiff Supercomputer Solution
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-22
V.2.2) Information about tenders
Number of tenders received:6
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: 4 Triton Square, Regents Place
Town: London
Postal code: NW1 3HG
Country: United Kingdom
Telephone: +44 2078304259
Nuts code:
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:3000000
Currency:GBP
Lot No: 2
Title: Swansea Supercomputer Solution
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-22
V.2.2) Information about tenders
Number of tenders received:6
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: 4 Triton Square, Regents Place
Town: London
Postal code: NW1 3HG
Country: United Kingdom
Telephone: +44 2078304259
Nuts code:
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:2300000
Currency:GBP
Lot No: 3
Title: High Peformance Data Analytics
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2018-03-22
V.2.2) Information about tenders
Number of tenders received:6
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: 4 Triton Square, Regents Place
Town: London
Postal code: NW1 3HG
Country: United Kingdom
Telephone: +44 2078304259
Nuts code:
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:500000
Currency:GBP
Section VI: Complementary information
VI.3) Additional information:
All tender costs and liabilities incurred by Bidders shall be the sole responsibility of Bidders.
The University reserves the right to award the framework in whole or part.
The University reserves the right to annul the tendering process and not award any Lot.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT.
(WA Ref:79988).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Cardiff University
Postal address: Procurement Services, McKenzie House, 30-36 Newport Road
Town: Cardiff
Postal code: CF24 0DE
Country: United Kingdom
Telephone: +44 2920879648
Internet address: www.cardiff.ac.uk/purch/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Cardiff University will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. That 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 bidders 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 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:
2018-04-03
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >