Trinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of private cloud infrastructure and 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.
Deadline
The time limit for receipt of tenders was 2021-01-13.
The procurement was published on 2020-12-09.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โFramework for the Provision of Private Cloud Infrastructure and Services including HPC, Load Balancers and Extending to Public Cloud Services
TCD-20-02โ
Products/services: Systems and technical consultancy services๐ฆ
Short description:
โTrinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of private cloud infrastructure and services including HPC, Load...โ
Short description
Trinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of private cloud infrastructure and 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.
Show more
Estimated value excluding VAT: EUR 5 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: IaaS Integrator and Technology Partner
Title
Lot Identification Number: 1
Description
Additional products/services: Information systems and servers๐ฆ
Additional products/services: Servers๐ฆ
Additional products/services: Network servers๐ฆ
Additional products/services: Computer servers๐ฆ
Additional products/services: Computer audit consultancy and hardware consultancy services๐ฆ
Additional products/services: Computer support and consultancy services๐ฆ
Additional products/services: Networks๐ฆ
Additional products/services: Network cabling๐ฆ
Additional products/services: Network infrastructure๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โTrinityโs current private cloud infrastructure and related services, V+C+E contract, is end of life with some hardware approaching end of service life and...โ
Description of the procurement
Trinityโs 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.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 4 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
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:
โFor each lot, the PQQ documentation confirms that 5 Applicants will be invited to tender for each lot, subject to the number qualifying.โ
2๏ธโฃ Scope of the procurement
Title: Research Computing: HPC Clusters and Storage
Title
Lot Identification Number: 2
Description
Additional products/services: Magnetic disk storage units๐ฆ
Additional products/services: Direct-access storage devices (DASD)๐ฆ
Additional products/services: Flash memory storage devices๐ฆ
Description of the procurement:
โHigh Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the...โ
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.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 300 000 ๐ฐ
3๏ธโฃ Scope of the procurement
Title: HPC Cloud Specialist
Title
Lot Identification Number: 3
Description
Description of the procurement:
โHigh Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the...โ
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 GรANT 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.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 100 000 ๐ฐ
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
โFor each lot, the PQQ documentation confirms that 5 applicants will be invited to tender for each lot, subject to the number qualifying.โ
4๏ธโฃ Scope of the procurement
Title: Load Balancers
Title
Lot Identification Number: 4
Description
Description of the procurement:
โThe existing external load balancers at Trinity will need to be replaced to provide an equivalent or improved service by October 2021. The internal load...โ
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.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 100 000 ๐ฐ
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-01-13
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-02-16 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 48
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
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. โ 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 โor equivalentโ 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.
Show more Review body
Name: High Court
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Source: OJS 2020/S 243-601810 (2020-12-09)
Additional information (2020-12-18) Object Scope of the procurement
Short description:
โTrinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of private cloud infrastructure and services including HPC, Load...โ
Short description
Trinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of private cloud infrastructure and 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.
Complementary information Original notice reference
Notice number in the OJ S: 2020/S 243-601810
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2021-01-13 ๐
Time: 12:00
New value
Date: 2021-01-20 ๐
Time: 12:00
Other additional information
Deadline has been extended to 20 January 2021
Source: OJS 2020/S 250-625890 (2020-12-18)
Contract award notice (2021-11-29) Contracting authority Name and addresses
Postal address: College Green
Postal code: Co. Dublin
Object Scope of the procurement
Title:
โFramework for the provision of Private Cloud Infrastructure & Services including HPC, Load Balancers and extending to Public Cloud Services
TCD-20-02โ
Short description:
โTrinity College Dublin intend to establish a Framework Agreement (FWA) for the provision of Private Cloud Infrastructure & Services including HPC, Load...โ
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
Show more
Total value of the procurement (excluding VAT): EUR 5 000 000 ๐ฐ
Information about lots
This contract is divided into lots โ Description
Main site or place of performance: Dublin
Description of the procurement:
โTrinityโs current Private Cloud Infrastructure and Related Services, V+C+E contract, is end of life with some hardware approaching end of service life and...โ
Description of the procurement
Trinityโs 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.
Show more Award criteria
Quality criterion (name): Technical Quality of Converged Infrastructure
Quality criterion (weighting): 25%
Quality criterion (name): Technical Integration & System Implementation
Quality criterion (weighting): 10%
Quality criterion (name): Integrated Partner
Quality criterion (weighting): 15%
Quality criterion (name): Data Centre Switching
Quality criterion (weighting): 5%
Quality criterion (name): Data Protection & Recovery Technology
Quality criterion (name): Disaster Recovery & Business Continuity Plan
Quality criterion (name): Security On Prem - East to West Solution
Price (weighting): 30%
Scope of the procurement
Title: Research Computing: HPC Clusters and storage
Description
Description of the procurement:
โHigh Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the...โ
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.
Show more Award criteria
Quality criterion (name): Compute
Quality criterion (weighting): 30%
Quality criterion (name): Storage
Quality criterion (weighting): 14%
Quality criterion (name): interconnect
Quality criterion (weighting): 16%
Quality criterion (name): Support & Assembly
Description
Description of the procurement:
โHigh Performance Computing clusters in Trinity College are supported by the Trinity RIT Team. A maximum of three (3) vendors will be appointed to the...โ
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 GรANT 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.
Show more Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 100%
Price (weighting): 0
Description
Description of the procurement:
โThe existing external load balancers at Trinity will need to be replaced to provide an equivalent or improved service by October 2021. The internal load...โ
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.
Show more Award criteria
Quality criterion (name): Load Balancer Product Evaluation
Quality criterion (weighting): 24%
Quality criterion (name): Web Application Firewall
Quality criterion (weighting): 6%
Quality criterion (name): Service Evaluation Criteria
Price (weighting): 40%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 243-601810
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title: IaaS Integrator and Technology Partner
Date of conclusion of the contract: 2021-09-30 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: CANCOM Ireland Ltd.
National registration number: NI028408
Postal address: 31-36 Ormond Building, Ormond Quay Upper
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 014198000๐
E-mail: andrew.knight@cancom.co.uk๐ง
Region: Dublin๐๏ธ
URL: http://www.cancom.ie๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 4 500 000 ๐ฐ
Total value of the contract/lot: EUR 4 500 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Lot Identification Number: 2
Title: Research Computing: HPC Clusters and storage
Date of conclusion of the contract: 2021-09-29 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Dell Products
National registration number: IE6591034U
Postal address: Innovation House, Science and Technology Park,
Postal code: Cherrywood
Phone: +353 12045741๐
E-mail: iedub_public_contracts@dell.com๐ง
Fax: +353 12862020 ๐
URL: http://www.dell.ie๐ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 300 000 ๐ฐ
Total value of the contract/lot: EUR 300 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Date of conclusion of the contract: 2021-09-28 ๐
Name and address of the contractor
Name: Hewlett Packard Enterprise Ireland Limited
National registration number: IE 3334222LH
Postal address: Liffey Park Technology Campus
Postal town: Leixlip, Co Kildare
Postal code: Barnhall Road
Phone: +353 15684104๐
E-mail: rose.heverin@hpe.com๐ง Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 300 000 ๐ฐ
Total value of the contract/lot: EUR 300 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Date of conclusion of the contract: 2021-10-08 ๐
Name and address of the contractor
Name: OCF Ltd
National registration number: 4132533
Postal address: Rotunda Business Centre
Postal town: Sheffield
Postal code: South Yorkshire
Country: United Kingdom ๐ฌ๐ง
Phone: +44 01142572204๐
E-mail: intend@ocf.co.uk๐ง
Region: Sheffield ๐๏ธ
URL: http://www.ocf.co.uk๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 300 000 ๐ฐ
Total value of the contract/lot: EUR 300 000 ๐ฐ
5๏ธโฃ
Contract Number: 5
Lot Identification Number: 3
Title: HPC Cloud Specialist
Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 100 000 ๐ฐ
Total value of the contract/lot: EUR 100 000 ๐ฐ
6๏ธโฃ
Contract Number: 6
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 100 000 ๐ฐ
Total value of the contract/lot: EUR 100 000 ๐ฐ
7๏ธโฃ
Contract Number: 7
Lot Identification Number: 4
Title: Load Balancers
Date of conclusion of the contract: 2021-10-26 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Integrity 360
Postal address: 3rd Floor, Block D, The Concourse, Beacon Court
Postal town: Sandyford
Postal code: D18 P6N4
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 100 000 ๐ฐ
Total value of the contract/lot: EUR 100 000 ๐ฐ
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
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. โ 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 โor equivalentโ 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.
Show more Review body
Postal town: Dublin
Postal code: Dublin 7
Source: OJS 2021/S 235-619064 (2021-11-29)