Ausschreibung: Computerplattformen - NO-Trondheim Computerplattformen Datenverarbeitungsgeräte (Hardware) Supercomputer Computerspeichereinheiten Festplattenlaufwerke Direktzugriffspeicher RAID (Redundant Array of Independent Disks, redundanter Verbund unabhängiger Festplatten) Laufwerke für optische Speicherplatten Flashspeichergeräte Festplattencontroller Speichermedien Arbeitsspeichermedien Flashspeicher Diverse Computerausrüstungen Datenverarbeitungsanlagen Dokument Nr...: 221151-2021 (ID: 2021050309260626115) Veröffentlicht: 03.05.2021 * NO-Trondheim: Computerplattformen 2021/S 85/2021 221151 Auftragsbekanntmachung Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Uninett Sigma2 AS Nationale Identifikationsnummer: 814 864 332 Postanschrift: Abels gate 5 Ort: Trondheim NUTS-Code: NO060 Trøndelag Postleitzahl: 7030 Land: Norwegen Kontaktstelle(n): Maria Francesca Iozzi E-Mail: [6]maria.iozzi@uninett.no Telefon: +47 98874568 Internet-Adresse(n): Hauptadresse: [7]https://www.sigma2.no/procurement-project-nird2020 I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Docs Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Tender I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Bildung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: NIRD2020 National Storage Infrastructure for Research Data Referenznummer der Bekanntmachung: 21/4 II.1.2)CPV-Code Hauptteil 30211300 Computerplattformen II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: Sigma2 is responsible for the Norwegian e-infrastructure. Sigma2 offers data processing and data storage services for individual persons and groups who are involved in research and education at universities and university colleges and other organisations. The existing national data storage infrastructure must be replaced with NIRD2020. The project's aim is to procure NIRD2020, which fulfils existing, new, and future user needs, and, at the same time, ensure scaleability, reliability, and flexibility in the new system. II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.2)Weitere(r) CPV-Code(s) 30210000 Datenverarbeitungsgeräte (Hardware) 30211100 Supercomputer 30233100 Computerspeichereinheiten 30233132 Festplattenlaufwerke 30233140 Direktzugriffspeicher 30233141 RAID (Redundant Array of Independent Disks, redundanter Verbund unabhängiger Festplatten) 30233150 Laufwerke für optische Speicherplatten 30233180 Flashspeichergeräte 30233190 Festplattencontroller 30234000 Speichermedien 30234500 Arbeitsspeichermedien 30234600 Flashspeicher 30236000 Diverse Computerausrüstungen 30236200 Datenverarbeitungsanlagen II.2.3)Erfüllungsort NUTS-Code: NO060 Trøndelag II.2.4)Beschreibung der Beschaffung: The existing national storage infrastructure must be replaced by a new infrastructure, hereafter called NIRD2020. NIRD2020 will fulfil the needs of researchers from different sectors and subjects, and will, therefore, be the host for a large selection of scientific data that varies in file size, number of files, format, retention policy, integrity requirements, access frequency, etc. NIRD2020 must meet both traditional data-intensive users and the data-driven user community. Data stored in NRID2020 can come from different sources: It can be produced in projects through the analysis of HPC systems, directly included in the storage system from laboratories or external sensors, or obtained from local archives and network clouds. The large amount of data that is produced will be included via efficient protocols and securely saved in order to ensure data integrity. NIRD2020 will be reliable, flexible, and scaleable in all components, both as regards capacity and capability. NIRD2020 will also support 'multi-tenancy' (where data from several customers is saved and processed on the same physical infrastructure), in order to oblige relevant users and research environments. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 48 000 000.00 NOK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 12/10/2021 Dieser Auftrag kann verlängert werden: nein II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Höchstzahl: 7 II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The contracting authority would like to have options to expand the system, and for a 1 year extension of the support and maintenance contract. The options can be taken up at any time during the entire support and maintenance contract period. The contracting authority is not obliged to take up any of the options. Nor is the contracting authority obliged to take up any options in bulks, however they can be taken up according to the contracting authority's wishes. II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: Qualification requirement: Tenderers must be a legally established company. Documentation requirement: Norwegian tenderers: company registration certificate; Foreign tenderers: proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Documentation requirement: Credit assessment/rating based on the most recent financial figures. The assessment must be carried out by a publicly certified credit rating institution. The contracting authority retains the right to request a bank guarantee if there is uncertainty that the tenderer fulfils the requirement. If the tenderer's annual turnover for the last 3 years is not included in the credit rating, the tenderer must also submit annual financial statements or equivalent documents showing the tenderer's combined annual turnover during the last three accessible fiscal years. Möglicherweise geforderte Mindeststandards: Qualification requirement: tenderers must have sufficient financial strength to fulfil the contract; the tenderer's financial strength will be considered sufficient if the tenderer has achieved a credit rating equal to or higher than rating A from Credit Bisnode or 40 points from Experien (credit worthy); and The tenderer has an annual minimum turnover in the last 3 years of NOK 96 000 000. If a tenderer is supported by sub-suppliers to fulfil the above-mentioned requirements (see point 5.5), the sub-supplier must accept joint and several responsibility for fulfilment of the contract. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Documentation requirement 1: Description of up to 5 deliveries of an equivalent scope and configuration in the last 3 years. The description must, as a minimum, include: a brief description of the delivery and the complexity of the system; date and value of the delivery; name and telephone number of the reference customer. The tenderer must have the opportunity to contact the reference persons. It is the tenderer's responsibility to document relevance, through the description. If it is necessary in order to ensure sufficient competition, the contracting authority reserves the right to take deliveries into consideration from more than 3 years ago, c.f. the PPR, Section 16-6. Please note that deliveries made by other legal entities not controlled by the tenderer who submits the qualification application can only be taken into consideration if an ESPD form and commitment statement from the executor are provided, or from an entity that controls the executing entity, see point 5.5. Documentation requirement 2: Description of how the tenderer is organised to fulfil the contract. The description must, as a minimum, include: the project organisation, including information on whether the project manager is an employee at the sub-supplier; brief description of the professional qualifications for all of the resources that shall contribute to the delivery; to what degree are the individual resources connected to the delivery; any sub-supplier's role and assistance during the delivery. Möglicherweise geforderte Mindeststandards: Qualification requirement 1: tenderers must have experience from equivalent contracts; Qualification requirement 2: tenderers must have a good organisation with sufficient professional qualifications to execute the contract. Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.5)Angaben zur Verhandlung Der öffentliche Auftraggeber behält sich das Recht vor, den Auftrag auf der Grundlage der ursprünglichen Angebote zu vergeben, ohne Verhandlungen durchzuführen IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 01/06/2021 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Das Angebot muss gültig bleiben bis: 30/11/2021 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Die elektronische Rechnungsstellung wird akzeptiert Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: Mercell kunngjøring: [10]https://opic.com/id/afvrtsjxgv. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Trøndelag tingrett Postanschrift: Postboks 2317 Ort: Trondheim Postleitzahl: 7004 Land: Norwegen VI.5)Tag der Absendung dieser Bekanntmachung: 28/04/2021 References 6. mailto:maria.iozzi@uninett.no?subject=TED 7. https://www.sigma2.no/procurement-project-nird2020 8. https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Docs 9. https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Tender 10. https://opic.com/id/afvrtsjxgv OT: 03/05/2021 S85 Norway-Trondheim: Computer platforms 2021/S 085-221151 Contract notice Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Uninett Sigma2 AS National registration number: 814 864 332 Postal address: Abels gate 5 Town: Trondheim NUTS code: NO060 Trøndelag Postal code: 7030 Country: Norway Contact person: Maria Francesca Iozzi E-mail: [6]maria.iozzi@uninett.no Telephone: +47 98874568 Internet address(es): Main address: [7]https://www.sigma2.no/procurement-project-nird2020 I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Docs Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]https://tendsign.no/doc.aspx?UniqueId=afvrtsjxgv&GoTo=Tender 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: NIRD2020 National Storage Infrastructure for Research Data Reference number: 21/4 II.1.2)Main CPV code 30211300 Computer platforms II.1.3)Type of contract Supplies II.1.4)Short description: Sigma2 is responsible for the Norwegian e-infrastructure. Sigma2 offers data processing and data storage services for individual persons and groups who are involved in research and education at universities and university colleges and other organisations. The existing national data storage infrastructure must be replaced with NIRD2020. The project's aim is to procure NIRD2020, which fulfils existing, new, and future user needs, and, at the same time, ensure scaleability, reliability, and flexibility in the new system. II.1.5)Estimated total value II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.2)Additional CPV code(s) 30210000 Data-processing machines (hardware) 30211100 Super computer 30233100 Computer storage units 30233132 Hard-disk drives 30233140 Direct-access storage devices (DASD) 30233141 Redundant Array of Independent Disk (RAID) 30233150 Optical-disk drives 30233180 Flash memory storage devices 30233190 Disk controller 30234000 Storage media 30234500 Memory storage media 30234600 Flash memory 30236000 Miscellaneous computer equipment 30236200 Data-processing equipment II.2.3)Place of performance NUTS code: NO060 Trøndelag II.2.4)Description of the procurement: The existing national storage infrastructure must be replaced by a new infrastructure, hereafter called NIRD2020. NIRD2020 will fulfil the needs of researchers from different sectors and subjects, and will, therefore, be the host for a large selection of scientific data that varies in file size, number of files, format, retention policy, integrity requirements, access frequency, etc. NIRD2020 must meet both traditional data-intensive users and the data-driven user community. Data stored in NRID2020 can come from different sources: It can be produced in projects through the analysis of HPC systems, directly included in the storage system from laboratories or external sensors, or obtained from local archives and network clouds. The large amount of data that is produced will be included via efficient protocols and securely saved in order to ensure data integrity. NIRD2020 will be reliable, flexible, and scaleable in all components, both as regards capacity and capability. NIRD2020 will also support 'multi-tenancy' (where data from several customers is saved and processed on the same physical infrastructure), in order to oblige relevant users and research environments. 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: 48 000 000.00 NOK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 12/10/2021 This contract is subject to renewal: no II.2.9)Information about the limits on the number of candidates to be invited Maximum number: 7 II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The contracting authority would like to have options to expand the system, and for a 1 year extension of the support and maintenance contract. The options can be taken up at any time during the entire support and maintenance contract period. The contracting authority is not obliged to take up any of the options. Nor is the contracting authority obliged to take up any options in bulks, however they can be taken up according to the contracting authority's wishes. 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.2.14)Additional information 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 registers List and brief description of conditions: Qualification requirement: Tenderers must be a legally established company. Documentation requirement: Norwegian tenderers: company registration certificate; Foreign tenderers: proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. III.1.2)Economic and financial standing List and brief description of selection criteria: Documentation requirement: Credit assessment/rating based on the most recent financial figures. The assessment must be carried out by a publicly certified credit rating institution. The contracting authority retains the right to request a bank guarantee if there is uncertainty that the tenderer fulfils the requirement. If the tenderer's annual turnover for the last 3 years is not included in the credit rating, the tenderer must also submit annual financial statements or equivalent documents showing the tenderer's combined annual turnover during the last three accessible fiscal years. Minimum level(s) of standards possibly required: Qualification requirement: tenderers must have sufficient financial strength to fulfil the contract; the tenderer's financial strength will be considered sufficient if the tenderer has achieved a credit rating equal to or higher than rating A from Credit Bisnode or 40 points from Experien (credit worthy); and The tenderer has an annual minimum turnover in the last 3 years of NOK 96 000 000. If a tenderer is supported by sub-suppliers to fulfil the above-mentioned requirements (see point 5.5), the sub-supplier must accept joint and several responsibility for fulfilment of the contract. III.1.3)Technical and professional ability List and brief description of selection criteria: Documentation requirement 1: Description of up to 5 deliveries of an equivalent scope and configuration in the last 3 years. The description must, as a minimum, include: a brief description of the delivery and the complexity of the system; date and value of the delivery; name and telephone number of the reference customer. The tenderer must have the opportunity to contact the reference persons. It is the tenderer's responsibility to document relevance, through the description. If it is necessary in order to ensure sufficient competition, the contracting authority reserves the right to take deliveries into consideration from more than 3 years ago, c.f. the PPR, Section 16-6. Please note that deliveries made by other legal entities not controlled by the tenderer who submits the qualification application can only be taken into consideration if an ESPD form and commitment statement from the executor are provided, or from an entity that controls the executing entity, see point 5.5. Documentation requirement 2: Description of how the tenderer is organised to fulfil the contract. The description must, as a minimum, include: the project organisation, including information on whether the project manager is an employee at the sub-supplier; brief description of the professional qualifications for all of the resources that shall contribute to the delivery; to what degree are the individual resources connected to the delivery; any sub-supplier's role and assistance during the delivery. Minimum level(s) of standards possibly required: Qualification requirement 1: tenderers must have experience from equivalent contracts; Qualification requirement 2: tenderers must have a good organisation with sufficient professional qualifications to execute the contract. Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Competitive procedure with negotiation IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.5)Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations 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: 01/06/2021 Local time: 12:00 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: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 30/11/2021 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used VI.3)Additional information: Mercell kunngjøring: [10]https://opic.com/id/afvrtsjxgv. VI.4)Procedures for review VI.4.1)Review body Official name: Trøndelag tingrett Postal address: Postboks 2317 Town: Trondheim Postal code: 7004 Country: Norway VI.5)Date of dispatch of this notice: 28/04/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de