Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)United Kingdom Atomic Energy Authority
Culham Science Centre
For the attention of: Anthony Stratton
OX14 3DB Abingdon
United Kingdom
Telephone: +44 1235466252
E-mail:
Fax: +44 1235466859
Internet address(es):
General address of the contracting authority: www.uk-atomic-energy.org.uk
Electronic access to information: http://www.ccfe.ac.uk/TenderDocs.aspx?DocName=cumulusit.zip
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: Fusion Research
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Modular Data Centre and High Throughput Computing Infrastructure.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKJ14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The United Kingdom Atomic Energy Authority (UKAEA), hereafter referred to as the ‘Purchaser’, carries out research into the use of controlled fusion for the generation of power and is based at Culham Science Centre in Oxfordshire. The Purchaser has a requirement for a Modular Data Centre (MDC) and High Throughput Computing (HTC) infrastructure to support its activities. This will extend existing data centre capacity and provide a platform for developing scientific and engineering computing over a number of years. The intention is to purchase a partially populated MDC in year 1 and then add additional compute and data storage systems each year during year 2 to 5. A tender is being carried out to select the best supplier for the year 1 requirements.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Modular Data Centre and High Throughput Computing Infrastructure.
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
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 completionDuration in months: 3 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the invitation to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
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: As detailed in the invitation to tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the invitation to tender documents.
Minimum level(s) of standards possibly required: As detailed in the invitation to tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the invitation to tender documents.
Minimum level(s) of standards possibly required:
As detailed in the invitation to tender documents.
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: no
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 dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
T/AS036/16
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate23.11.2016 - 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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPlace:
Culham Science Centre.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised individuals within the United Kingdom.
Atomic Energy Authority and any persons nominated to act on the Authority's behalf.
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: no
VI.3)Additional information
Duration
The duration stated in II.3) is an estimate only.
Documents
All documents must be in English or with an English translation.
Payment
Prices may be stated in tenderers local currency and contract(s) will be let in the tendered currency.
Cost of tendering
The United Kingdom Atomic Energy Authority reserve the right not to award a contract. The costs of tendering shall be the responsibility of tenderers.
English law
The contract shall be considered as a contract made in England and shall be governed by, and construed in accordance with, the provisions of English Law.
Annulment
The United Kingdom Atomic Energy Authority reserve the right to annul the tendering process and not award a contract.
Sub-contracting
The United Kingdom Atomic Energy Authority work within strict safety guidelines and tenderers will be required to specify and justify any proposals to subcontract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:19.10.2016