Section one: Contracting authority
one.1) Name and addresses
University of St Andrews
Walter Bower House, Eden Campus
Guardbridge
KY16 0US
Contact
Adrian Wood
Telephone
+44 1334462523
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.st-andrews.ac.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/universityofstandrews
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofstandrews
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/universityofstandrews
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Services: Supply and Installation of a High Performance Computer Facility
Reference number
ITS/291123/DD/SL
two.1.2) Main CPV code
- 30211100 - Super computer
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and Installation of a High Performance Computer Facility at the University of St Andrews.
two.1.5) Estimated total value
Value excluding VAT: £2,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
UK-St Andrews
two.2.4) Description of the procurement
The University is seeking to provide a high performance compute (HPC) facility to support research and teaching. This will be vital resource for existing high-profile staff in many areas of current research and its importance is expected to grow in an era of expanding digital research and increasingly larger datasets, including computationally intensive approaches such as machine learning and generative artificial intelligence.
The proposed solution should provide at least 15,000 x64 compatible compute cores at 2GB RAM per core, excluding log-in nodes and peripheral devices. An alternative configuration providing the same or better level of performance would be acceptable.
The proposed solution should provide high-memory nodes containing at least one 4TB RAM and two 2TB RAM. An alternative configuration providing the same or better level of performance would be acceptable.
The proposed solution should provide a number of GPU Nodes whose combined cost equates to 20% of the combined cost of requirements above.
Data Storage
The University requires the following storage tiers as a minimum:
1TB of scratch storage per node
100TB of fast scratch storage to service parallel tasks
2PB of fast shared scratch storage
1PB of archive storage
Networking
The proposal must include a low-latency 100Gb network fabric connecting all nodes.
Extensibility
The proposed solution must provide a seamless means to extend to make use of public and private cloud resources.
Scalability
The proposed solution must be able to scale for each use case (fast throughput parallel processing, single-node high core-count and high memory processing, and GPU workloads).
Additional Support
The responses should include an optional proposal for the provision of user support services.
Please see ITT documents for full details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Se ITT documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 January 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 January 2024
Local time
12:00pm
Place
Procurement - University of St Andrews
Information about authorised persons and opening procedure
Appointed Procurement Staff.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews
Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=751860.
(SC Ref:751860)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.
The anticipated review body in such cases would be:
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone: +44 1382 229 961
Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.
Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.
Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.
If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.