Contract notice

Information

Published

Date of dispatch of this notice: 09/12/2020

Expire date: 20/01/2021

External Reference: 2020-209829

TED Reference: 2020/S 243-601810

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Trinity College Dublin, the University of Dublin
2200007u
College Green
Dublin 2
Co. Dublin
IE
Contact person: Kevin Ryan
Telephone: +353 18962376
Internet address(es):
Main address: http://www.tcd.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=179670&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for the provision of Private Cloud Infrastructure & Services including HPC, Load Balancers and extending to Public Cloud Services
Reference number:  TCD-20-02
II.1.2)

Main CPV code

72220000  -  Systems and technical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Trinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of Private Cloud Infrastructure & Services including HPC, Load Balancers and extending to Public Cloud Services. The Lot structure is as follows:
LOT 1: IaaS Integrator and Technology Partner
LOT 2: Research Computing: HPC Clusters and storage
LOT 3: HPC Cloud Specialist
LOT 4: Load Balancers
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  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

IaaS Integrator and Technology Partner
Lot No:  1
II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
72150000  -  Computer audit consultancy and hardware consultancy services
72600000  -  Computer support and consultancy services
32400000  -  Networks
32421000  -  Network cabling
32424000  -  Network infrastructure
II.2.4)

Description of the procurement

Trinity’s current Private Cloud Infrastructure and Related Services, V+C+E contract, is end of life with some hardware approaching end of service life and must be considered for replacement with a compliant, converged infrastructure solution to maintain the current footprint of on prem hosted services. Lot 1 of the proposed Framework will be used to draw down hardware and services as required over the 4 year period. Contracts activated from the FWA may therefore extend beyond the 4 year period but all contracts will terminate within 7 years of the award of the FWA.
As part of this tender process, Trinity are seeking a single integrator and technology partner who can manage scaling technologies and provide goods and services. This will include, but not limited to, expertise, experience, support, direction and augmentation to the IaaS Platform from overall design, implementation, compliancy, software orchestration and virtualisation technologies. The integrator must have the highest available OEM certifications for each element of the solution and deliver the highest quality of service.
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: 4500000.00  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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
For each lot, the PQQ documentation confirms that 5 Applicants will be invited to tender for each lot, subject to the number qualifying.
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: no
II.2)

Description

II.2.1)

Title

Research Computing: HPC Clusters and storage
Lot No:  2
II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
72150000  -  Computer audit consultancy and hardware consultancy services
72600000  -  Computer support and consultancy services
30233130  -  Magnetic disk storage units
30233140  -  Direct-access storage devices (DASD)
30233180  -  Flash memory storage devices
II.2.4)

Description of the procurement

High Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the Framework to meet the requirements of Lot 2. This will include HPC appropriate hardware to support on-prem HPC clusters with a high speed interconnect and separate management network. A cluster will generally access a low latency high performance parallel filesystem. A cluster will be heterogeneous in sense that the majority of compute nodes will be multicore but the cluster is expected to also contain GPU nodes. A cluster must be extensible via hardware drawdown over the life of the framework. A cluster will be located in one of TCDs two on-campus data centres.
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: 300000.00  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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
For each lot, the PQQ documentation confirms that 5 Applicants will be invited to tender for each lot, subject to the number qualifying.
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: no
II.2)

Description

II.2.1)

Title

HPC Cloud Specialist
Lot No:  3
II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
72150000  -  Computer audit consultancy and hardware consultancy services
72600000  -  Computer support and consultancy services
II.2.4)

Description of the procurement

High Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the Framework to meet the requirements of Lot 3 which seeks advisory services for optimisation of HPC resources in the public cloud. Trinity can avail of a GÉANT purchasing agreement to source Cloud based IaaS infrastructure. This Lot 3 seeks suitably qualified HPC integrator/specialists to provide the support, implementation and configuration services.
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: 100000.00  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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
For each lot, the PQQ documentation confirms that 5 Applicants will be invited to tender for each lot, subject to the number qualifying.
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: no
II.2)

Description

II.2.1)

Title

Load Balancers
Lot No:  4
II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
72150000  -  Computer audit consultancy and hardware consultancy services
72600000  -  Computer support and consultancy services
II.2.4)

Description of the procurement

The existing external load balancers at Trinity will need to be replaced to provide an equivalent or improved service by October 2021. The internal load balancers will need to be replaced by August 2022 assuming the current capacity in the appliances is sufficient up to this point. As part of this tender, Trinity are seeking a load balancing technology partner for the Framework term (4 years) who can manage scaling technologies and provide goods and services. This will include, but not limited to, expertise, experience, direction and augmentation to the load balancer technology from overall design, implementation, compliancy, software orchestration. Applicants must have the highest available level of OEM certifications to deliver the highest quality of service.
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: 100000.00  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 number of candidates: 5
Objective criteria for choosing the limited number of candidates:
For each lot, the PQQ documentation confirms that 5 Applicants will be invited to tender for each lot, subject to the number qualifying.
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: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/01/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/02/2021
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 : 48  (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

1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone 353(0)212439277 (09.00 a.m. — 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID 181647) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for the contract under each lot;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, or any lot, or any contract; awarded or prior to award at any time;
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended;
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition;
12) At Section II.2.9) for each lot we have indicated that 5 will be invited to tender for each lot, please note that the contracting authority reserves the right to invite at least 5, subject to the number qualifying.
13)For the avoidance of doubt, applicants who intend to submit a response to both lots must do so by submitting a separate response under separate cover to the tenderbox under each lot they are applying for. Applicants submitting a single response only must submit to the tenderbox under the specific lot to which they are applying, the Contracting Authority cannot be held responsible for errors encountered when submitting responses or responses submitted under the incorrect lot.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts, Inns Quay
Dublin
Dublin 7
IE