Top Banner
1 Open Competitive Bidding TENDER DOCUMENT FOR SETTING-UP OF TIER III DATA CENTER WITH HPC CLUSTER (Revised on 25-2-2010) NATIONAL INSTITUTE OF TECHNOLOGY WARANGAL - 506004
69

Data Centre Tender

Apr 08, 2015

Download

Documents

vijayabhaskar83

datac enter setup specifications, data center tender
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Data Centre Tender

1

Open Competitive Bidding

TENDER DOCUMENT FOR

SETTING-UP OF TIER III DATA CENTER WITH

HPC CLUSTER

(Revised on 25-2-2010)

NATIONAL INSTITUTE OF TECHNOLOGY

WARANGAL - 506004

Page 2: Data Centre Tender

2

Notice Inviting Tender (NIT) Details

SNo Description

1. Department

Name National Institute of Technology, Warangal

2. Tender

Number NITW/CC/ Data Center - HPC /2010

3. Tender

Subject

Setting up of Tier III Data Center with HPC

Cluster

4. Form Of

Contract Item Wise

5. Tender Type Open

6. Tender

Category Products

7. EMD / Bid

Security

(INR) Rs. 3,00,000 /-

8. EMD/Bid

Security

Payable To

In the form of Demand Draft or Bank

guarantee from Nationalized Banks only in

favour of Director, National Institute of

Technology, Warangal, payable at

Warangal.

9. Schedule

opening date 10th February 2010

10. Schedule

Closing Date 10th March 2010

11. Bid

Submission

Closing Date 10th March 2010 at 10.30 AM

12. Bid

Submission In person / by post / by courier

13.

Bid Opening

Date (Pre-

qualification

and technical

bids)

10th March 2010 at 11.00 AM

14. Place Of

Tender

Opening NIT Warangal

15. Officer

Inviting Bids Director, NIT Warangal

16. Contact

Person

L.Anjaneyulu, In-charge, Internet&LAN

Computer Center, NIT Warangal – 506004

17. Address/E-

mail id [email protected], [email protected]

18. Contact Details/

Telephone, Fax

Ph:+91-870-2462435,

Fax: +91-870-2459547

Mob: 9490165355

19. Technical Eligibility

Criterion

1. The bidder should be a reputed System

Integrators of High Performance Computing and

Datacenter consulting Manufacturing

Companies or their dealers who are authorized

to supply the equipment and provide service,

warranty on behalf of the respective OEM’s and

Page 3: Data Centre Tender

3

who have their proper sales and supplies

office(s) in HYDERABAD. A certificate to that

effect must be submitted along with the tenders.

2. The bidder should have been in the business of HPC and Datacenter manufacturing/installation

for more than 5 (five) years and an ISO 9001

certified organization. Proof to be attached.

3. Bidder should Produce minimum 3 Purchase

order copies of 32 Nodes and above cluster in

last 2 years out of which one should be of 10TF

and above. Purchase order to be provided.

4. Products like Master node, Compute nodes and

storage should be from the single OEM.

5. The bidder should have at least 5, on-rolls,

qualified, experienced and certified professionals

like MCSE, MCP and RHCE or Equivalent with

adequate experience in handling the devices of

similar or higher capacities.

6. The bidder should submit Manufacture

Authorization letter for the respective products.

7. Documents in support of technical specifications

of all the items as per the list as mentioned in

annexure– 05 mentioning the make.

8. Products like Master node, Compute nodes and

storage should be from the single OEM.

9. Registration /Incorporation certificate in support of bidder company is in existence from last 5

(five) years.

10. List mentioning the addresses and contact

persons with phone numbers of the 05 (five)

service centers present throughout AP.

11. Balance sheet Performa/profit loss statements in

support of turnover of Rs 15 crores or more in

each of the last three financial years.

12. Latest valid income tax clearance certificate.

20.

Procedure For Bid

Submission

Bids shall be submitted in person/By Post/By

Courier before the deadline.

The bidders should submit all the relevant

documents inclusive of EMD in form of DD/

Pay order/ Banker’s cheque / Bank Guarantee

payable to The Director, NIT Warangal on any

Nationalized Bank branches situated in

Warangal for the amount indicated in S.No. 7.

before Bid Submission closing date and time

i.e., 10.30 AM on 10th March 2010. If the

documents are not received before the due

date and time, the tender will be considered

invalid.

Page 4: Data Centre Tender

4

All the supporting documents as mentioned in

the eligibility criteria and also the following

are to be submitted

Registration /Incorporation certificate in

support of company is in existence from last 5

(five) years.

List mentioning the addresses and contact

persons with phone numbers of the 05 (five)

service centers present throughout AP.

Balance sheet proforma/profit loss statements

in support of turnover of Rs 15 crores or more

in each of the last three financial years.

Annexure–02 of bidding document duly signed

with office seal as a token of acceptance of

our standard terms and conditions.

Latest valid income tax clearance certificate.

Annexure-08 of bidding document duly filled-

in and signed.

Annexure-09 of Bid document.

Total Price and the unit wise prices of the BOM

as per Annexure – 01 are to be submitted in a

separate sealed cover and is to be submitted

along with prequalification and Technical bids

on 10th March 2010 at 10.30 AM NITW will not

hold any risk and responsibility for non

visibility of the scanned document or non

receipt of hardcopies for the loss in transit.

21. General Terms and

Conditions As per tender documents.

22. Pre-bid conference 3rd March 2010, 3.00 PM – 4.00 PM.

(Requests to change the technical specifications

and eligibility criteria will not be entertained.)

Page 5: Data Centre Tender

5

Contents of Tender Specification

1. Scope of the work, Standards, and Schedule of Quantity Annexure - 01

2. Special conditions Annexure – 02

3. List of Documents to be enclosed Annexure – 03

4. Format of price bid Annexure – 04

5. Technical Specification Annexure - 05

6. Instructions to Bidders Annexure - 06

7. General Purchase Conditions Annexure - 07

8. Proforma for terms and conditions to be filled up and confirmed Annexure - 08

9. Statement of Deviations Annexure – 09

10. Guidelines for Submission of Bank Guarantee Annexure – 10

11. Proforma for Performance Bank Guarantee Annexure – 11

Page 6: Data Centre Tender

6

Annexure – 01

Scope of the work, Standards, and Schedule of Quantity

Setting up of Tier III Data Center with HPC Cluster

PART - 1

High Performance Computing Facility

1. Scope of Work and General Requirements

1. Installation of Cluster tool, compiler, scheduler, libraries etc. 2. Installation of IB Interconnect with node to node latency less than 3us 3. Compute nodes access storage over IB using NFS RDMA protocol. 4. Installation/configuration of MPICH2/MVAPICH2 parallel environment across

the compute nodes

5. Cluster stress run for 24 hours. 6. Training to Administrators & end users

7. Documentation

2. Conformity to Standard

1. The Structured Cabling System is developed for:-

• To suit the requirements of NITW.

• To provide for easy installation, minimizing the installation timeframe.

• A robust system for various environments and applications.

• To meet ISO 11801 cabling standards and local construction and LAN regulations.

• To provide a user friendly environment with less technical support and lower

maintenance cost.

• To allow space for service providers and active equipment and future expansion

• Easy performance upgrade. 2. The following standards are to be complied with unless otherwise specified

• ISO/IEC 11801:2002 : International Standard for generic cabling for customer premises.

• EIA/TIA 568B : Commercial Building LAN Cabling Standard ( 2002 ).

• EIA/TIA 568B.2-1: Commercial Building LAN Cabling Standard ( 2002 ).

3. Warranty and Maintenance Backup: Warranty: Vendors will provide free onsite comprehensive warranty for 3 (Three) years in respect of active

components and 25 (Twenty five) years for the passive components commencing from the date of

Page 7: Data Centre Tender

7

acceptance. During warranty, the vendor will set right/replace without any cost any

equipment/part/accessory, which becomes defective except items of a consumable nature. The buyer may

invoke the bank guarantee in case you fail to ensure rectification of defects within two weeks of the defect

being intimated to you. Vendor will ensure 95% systems availability during the warranty period. Items of

consumable nature must be specified while tendering .

Conditions during Warranty: - The HPC facility should fulfill the following conditions during the warranty:

(a) Any failure should be rectified within a maximum period of 24 hrs of lodging a complaint. Incase of

total failure a minimum of 1/3 of the total network should be made functional within 8 hours of reporting.

(b) Vendors will provide free on site comprehensive warranty for a period of 3 (Three) years on Active

components and 25 (twenty Five ) years on passive components. Warranty shall include all items

provided by the vendor from the date of acceptance. During warranty the vendor will repair / replace

without any cost any of the networking components. Items of consumable nature that may not be

replaced free on account of defect / malfunction mu st be specified clearly in the offer . Further

your offer should state separately the items that a re part of Active and Passive components to

avoid any future ambiguity. Failure to provide this information shall be treated as all components / items are covered under warranty.

(c) If the HPC cluster is down beyond 24 hrs, penalty at the rate of Rs.15000/- (Rs. Fifteen thousand only)

in excess of 24 hours for each 24 hour period will be charged or recovered out of the Bank Guarantee

held towards warranty. In case of any calls not being attended to for more than seven working days,

user has the option to get it repaired from any suitable agency at the risk and cost of vendor which will

be deducted from the Bank Guarantee due to vendor.

(d) Any failure occurring three times within a period of three months or displaying chronic faulty behavior or

manufacturing defects or quality control problems will be totally replaced by the vendor at his risk and

cost within 5 working days of being intimated. Pending replacement, a standby switch of same capacity

and same brand should be installed at our site in order to avoid disruption of our day to day work.

(e)

Uptime: Vendors will guarantee to provide 95% uptime for the HPC system during the warranty. In

case of failure to maintain specified uptime, the proportionate loss to the Institute will be made good

by the vendor. Alternatively warranty may be extended by the duration for which the company has

been unable to provide specified uptime. The discretion to exercise either of these options lies with

the NITW. Bank guarantee submitted as performance bank guarantee will be extended accordingly

in case of extension of warranty period.

Page 8: Data Centre Tender

8

4. Bill of Material

HPC Schematic Diagram

GE Switch

Remote

Ma nagemen t

Com pute Nodes Block

LAN

MASTER NODE (1)

Pub lic Netwo rkCluster Interconnec t

Infiniband 4X Switch

*****

Clus ter Data Network

1 Gig Ethernet40 Gig In finiband

NAS

S.No Description Qty UNITS

1 Master Node As per Technical Specification 1 Nos

2 Compute Nodes As per Technical Specification 32 Nos

3 HPC Storage As per Technical Specification 1 Nos

4 Infiniband Switch and the Accessories 1 Nos

5 HPC Software packages 1 Set

6 L3 Switch as per the Technical Specification 1 No's

7 L2 Switch as per the Technical Specification 1 No's

8 Installation & Professional charges 1 No's

Page 9: Data Centre Tender

9

PART - 2

DATA Center Consulting

1. Proposed Data Center Design and SOW Details

• The proposed Data Centre for NIT needs to be a Tier3 for power side ( SLD) in Data

Centre. The Agency shall therefore adequately plan for high availability of

equipments and build for the necessary operational support to maintain an uptime of

99.98% on a quarterly basis.

• The minimum requirements/ specifications for the Data Centre are detailed in the

following sub-sections. While it is mandatory for the Agency to meet these minimum

requirements, if the Agency estimates that a particular requirement would need a

higher category of equipment, the Agency should provision for the same in his bid. The

Agency should however provide basis for arriving at the solution being proposed

as part of his bid. The Agency should design the solution to provide scalability to

NIT.

Basic Requirement:

All the materials to be used in data centre should be of non-combustible, self-

extinguishing or fire retardant and have the properties of smooth surface finishing

and non-dust shedding. All the material used in carrying civil work like tiles etc should be

certified for satisfactory performance for a period of 10 years from the date of

acceptance or 11 years from date of commissioning whichever is earlier.

Space requirements and planning:

The Agency is required to design the Data Centre partitions and provide the exact

division of area.

The overall Scope of Work (SoW) for the Agency includes the following:

� Design and Site Preparation of the proposed Data Centre in terms of the civil,

electrical and mechanical work required to build the Data Centre including false

ceiling, moisture sealing and fortification of the windows and all other necessary

components.

� Supply, installation and setting up of the necessary basic Infrastructure (State of

Art UPS and Air-Conditioning System, Fire Detection and Control System, , Lighting

system, Fire Detection and Control system, Power Cabling in the Data Center

including cooling components etc.).

Page 10: Data Centre Tender

10

� Supply, installation and setting up of the multi-layer Physical Security

infrastructure like bio-metric based access-control system, CCTV/ surveillance

systems.

Note: The above scope of work is indicative and may not be exhaustive in any

manner. The bidder shall be assumed to have accounted for best practices, all

services and equipments necessary for the establishment of a Data Centre.

Specifications of the Building housing the proposed Data Centre:

The following section provides the details of the building housing the proposed Data Centre. The

Agency is expected to consider this information while designing the Data Centre.

Location of the building:

The proposed Data Centre site is located in New Computer Center, NIT Warangal

Emergency services for the building:

The building housing the proposed Data Centre has adequate access for entry of personnel to

carry out duties towards emergency services such as Fire Brigade, etc to provide access to the

building structure in the event of an unforeseen eventuality. The premise also has access for

delivery trucks.

Building Management Services:

The building is provided with Building Management Services such as Fire-Fighting, Emergency

Alarms, Public Address system, etc for alerting/ evacuation of the occupants in case of an

unforeseen eventuality.

Cable paths and entrances:

The cable paths and entrances to the building are adequately sealed to ensure that the pests

such as Rodents, Birds, etc. do not enter the building or the Data Centre. However additional

protection required, if any, shall be provided by the bidder.

Data Centre Floor Layout:

Total available space 800 sq ft , Data Center Room Approx 300 sq ft.

Page 11: Data Centre Tender

11

2. Bill of Material

Sno Item UOM Qty

1 Modular UPS system with accessories Lot 1

2 Precision Air Conditioning System Lot 1

3 Rack Mounted PDUs with accessories Lot 1

4 Server Racks with accessories Nos. 3

5 Networking Racks with accessories Nos. 1

6 Environmental Monitoring Units with accessories Lot 1

7 Gas Suppression System and accessories Lot 1

8 Fire Detection & Alarm System with accessories Lot 1

9 Smoke Detection System with accessories Lot 1

10 Access Control System with accessories Lot 1

11 Surveillance System with accessories Lot 1

12 Data Center Lighting Lot 1

13 Anti Static Flooring Sq.ft 300

14 Civil & Electrical Services Charges Lot 1

15 Project Implementation Services Lot 1

PROPOSED DATA CENTER LAYOUT

The bidder has to propose a suitable layout.

Page 12: Data Centre Tender

12

Annexure - 02

ELIGIBILITY CRITERIA AND SPECIAL TERMS AND CONDITIONS

A. Eligibility Criteria (Pre-qualification)

Registration /Incorporation certificate in support of company is in existence

from last 5 (five) years.

List mentioning the addresses and contact persons with phone numbers of the

05 (five) service centers present throughout AP.

Balance sheet proforma/profit loss statements in support of turnover of 15

crores in each of the last three financial years.

Annexure–02 of bidding document duly signed with office seal as a token of

acceptance of our standard terms and conditions.

Latest valid income tax clearance certificate.

Annexure-08 of bidding document duly filled-in and signed.

Annexure-09 of Bid document.

B. Eligibility Criteria (Technical)

1. The bidder should be a reputed System Integrators of High Performance Computing

and Datacenter consulting Manufacturing Companies or their dealers who are

authorized to supply the equipment and provide service, warranty on behalf of the

respective OEM’s and who have their proper sales and supplies office(s) in

HYDERABAD. A certificate to that effect must be submitted along with the tenders.

2. The bidder should have been in the business of HPC and Datacenter manufacturing/installation for more than 5 (five) years and an ISO 9001 certified

organization. Proof to be attached.

3. Bidder should Produce minimum 3 Purchase order copies of 32 Nodes and above

cluster in last 2 years out of which one should be of 10TF and above. Purchase order

to be provided.

4. Products like Master node, Compute nodes and storage should be from the single

OEM.

5. The bidder should have at least 5, on-rolls, qualified, experienced and certified

professionals like MCSE, MCP and RHCE or Equivalent with adequate experience in

handling the devices of similar or higher capacities.

6. The bidder should submit Manufacture Authorization letter for the respective products.

7. Documents in support of technical specifications of all the items as per the list as

mentioned in annexure– 05 mentioning the make.

8. Products like Master node, Compute nodes and storage should be from the single

OEM.

9. OEM should support the products quoted for minimum 5 Years for Active and 25 years for the

passive & a letter to this extent from the OEM to be submitted. None of the products quoted should

have been declared End of Life at the time of delivery.

10. Quoted OEM should have 24x7x365 Days TAC Support.

C. SPECIAL TERMS AND CONDITIONS:

Page 13: Data Centre Tender

13

1. Delivery Period: Supply, Installation and commissioning should be made with

in 12 weeks from the date of receipt of Purchase Order.

2. Warranty: The hardware supplied by supplier/vendor shall be guaranteed

against any defects and should provide time-to-time operational

maintenance support for a period of 3 years (On Site Warranty) from date of

Installation of the Equipment at site. Necessary guarantee certificates shall

accompany the supplies. You shall be liable to rectify any defects that may be

found in the equipment supplied by you at free of cost

TENDERER

SEAL

Page 14: Data Centre Tender

14

Annexure – 03

DOCUMENTS TO BE FURNISHED

The following documents should be submitted; otherwise the bidders are liable to be

disqualified (as per S. No. 19,20 in pages 2,3,4).

1. All the Supporting documents in respect of Eligibility Criteria.

a) Registration/Incorporation Certificate in support of the Company is in Existence

from the last 5 Years. The name of the bidding organization should be

mentioned in the registration certificate.

b) Balance Sheet proforma/ Profit loss Statements in support of having Rs. 15

Crores turn over in each of the last three Financial Years.

c) The latest valid Income Tax Clearance Certificate of the bidding organization

d) Annexure – 02 duly signed in with Office Seal as a token of Acceptance of our Special Terms and Conditions.

e) List mentioning the addresses and contact persons with phone numbers of the

05 Service Centers present through out A.P.

f) Annexure – 08 duly filled in and signed. g) Annexure - 09 (Even when there are no deviations, a signed copy of Annexure-

09 has to be submitted)

2. Technical Criteria

a) Proof of the organization reputed System Integrators of Network Equipment (Item No. 19.1 of NIT)

b) Proof of ISO 9001 certified organization (19.2) c) Proof of previous experience of the orgnisation (19.3) d) OEM Certification and authorization of active components quoted in the tender (19.6) e) Proof of availability of spare components (19.6) f) Proof of TAC support of OEM (19.8) g) List of qualified service personnel (19.5)

3. Technical Compliance

Make and model of all the items quoted for PART-1 and PART-2 along with the compliance of the specifications (All data sheets) as per Annexure -05 are to be submitted.

Note:

1. The organization (NITW) will not hold any risk and responsibility for non visibility of

the scanned document or non receipt of hardcopies for the loss in transit.

2. The Tenderer will be disqualified, if found to have misled or furnished false information

in the forms/Statements/Certificates submitted.

Note : The vendors are to note that no extra time will be given to produce the required

documents. The documents submitted on the tender du e date will only be taken into

account.

Note :

1. All the documents related to the eligibility cri teria should be submitted in a separate sealed envelope super scribed as “ Prequalification bid”. 2. All the documents related to the technical crite ria and technical compliance should be submitted in a separate sealed envelope super scribed as “ Te chnical Bid”. 3. The price bids will be opened only after the bi dders satisfies the prequalification Criteria and technical criteria

Page 15: Data Centre Tender

15

Annexure – 04

Format of Price bid for HPC

Format of Price bid for Data Center

SNo Item UOM Qty

Unit

price

Total price

1 Modular UPS system with accessories Lot 1

2 Precision Air Conditioning System Lot 1

3 Rack Mounted PDUs with accessories Lot 1

4 Server Racks with accessories Nos. 3

5 Networking Racks with accessories Nos. 1

6 Environmental Monitoring Units with accessories Lot 1

7 Gas Suppression System and accessories Lot 1

8 Fire Detection & Alarm System with accessories Lot 1

9 Smoke Detection System with accessories Lot 1

10 Access Control System with accessories Lot 1

11 Surveillance System with accessories Lot 1

12 Data Center Lighting Lot 1

13 Anti Static Flooring Sq.ft 300

14 Civil & Electrical Services Charges Lot 1

15 Project Implementation Services Lot 1

Grand Total Note:

1. All prices should be FOR Destination prices including taxes and duties, if any. 2. Cost comparison will be made on the total cost of approximate requirement mentioned above.

S.No Description Qty UNIT Price Total Price

1 Master Node As per Technical Specification 1

2 Compute Nodes As per Technical Specification 32

3 HPC Storage As per Technical Specification 1

4 Infiniband Switch and the Accessories 1

5 HPC Software packages 1

6 L3 Switch as per the Technical Specification 1

7 L2 Switch as per the Technical Specification 1

8 Installation & Professional charges 1

Grand Total

Page 16: Data Centre Tender

16

3. In case of variations of the passive components / Labor charges, the actual payable will be decided on pro-rata basis as per the unit price quoted.

Note : The price bid ( HPC bid + Data center bid, both by the same vendor ) is to be submitted in a

single sealed envelope super scribed as “PRICE BID” which will be opened only after the bidder

satisfies the eligibility criterion.

List of Addresses where the following items to be supplied, installed and commissioned

S.No. Address for the Delivery

of the Items

Active & Passive Components

1 Head, Computer Centre,

NIT Warangal

As per the P.O

Page 17: Data Centre Tender

17

Annexure – 05

PART-1 : TECHNICAL SPECIFICATIONS for HPC

The specifications brought out in this tender are a minimum requirement. Literature/Technical data should

be enclosed with the hardcopies of tender submitted.

1. Master Node -1 No

Description Technical Specification Compliance

Processor 2 X Quad-Core Intel Xeon X5560 2.8Ghz or higher

Memory 16 GB Memory (4x4GB DDR3) with 18 slots; 9 DIMM slots per CPU

socket

Hard Disk 2x300GB SAS HDDs. Server should be scalable to minimum 8 HDDs.

NIC 4 X10/100/1000 Ethernet Ports,RJ-45 Connector

USB 4X USB 2.0 Ports

PCI-E Slots 3X PCI-E slots

Power supply Maximum power consumption not more than 760Watts when fully

populated. Redundant power supply with Hot-Swap Fan.

Service Processor 1 X Service Processor, Slide Rail Kit With Cable Management Arm

RAID support RAID 0, 1, 5, 10

Others 1 X TIA/EIA-232-F asynchronous, RJ-45 connector, DVD, 17” Colour

Monitor, Keyboard, Mouse

Form Factor 1U Rack model with Rail kit

Operating System Preinstalled 64 bit UNIX Operating System with unlimited users.

Compilers C, C++, Fortran compilers & Complete Java IDE (Integrated Development Environment) with unlimited user licence

Middleware Complete Middleware suite (Web, proxy/cache, Java appln, Portal, Messaging, Calendar, Directory servers& Grid Engine)

Server Management

Software

Integrated Lights-Out Manager (ILOM). Service processor with CLI (in-band and out-of-band). IPMI 2.0 (in-band and out-of-band), SNMP Manager.

Certification Server should certify Windows, Linux, Unix

Warranty 3 years comprehensive Onsite

Page 18: Data Centre Tender

18

2. HPC Nodes -32 Nos

Description Technical Specification Compliance

Processor 2 X Quad-Core Intel Xeon X5550 2.6Ghz or higher

Memory 8 GB Memory (2x4GB DDR3) with 12 slots; 6 DIMM slots per CPU socket

Hard Disk 1x500GB 7200RPM SATA HDD. Server should be scalable to minimum

4 HDD.

NIC 2X10/100/1000 Ethernet Ports on-board,RJ-45 Connector

USB 4X USB 2.0 Ports

PCI-E Slots 1 PCI-E slot

Power supply Maximum power consumption not more than 650Watts when fully

populated

Service Processor 1 X Service Processor, Slide Rail Kit With Cable Management Arm

RAID Support RAID 0, 1.

Others 1 X TIA/EIA-232-F asynchronous, RJ-45 connector,17” Colour Monitor,

Keyboard, Mouse

Operating System Preinstalled 64 bit UNIX Operating System with unlimited users.

Compilers C, C++, Fortran compilers & Complete Java IDE (Integrated Development

Environment) with unlimited user licence

Middleware Complete Middleware suite (Web, proxy/cache, Java appln, Portal,

Messaging, Calendar, Directory servers& Grid Engine)

Server Management

Software

Integrated Lights-Out Manager (ILOM).

Service processor with CLI (in-band and out-of-band).

IPMI 2.0 (in-band and out-of-band),

SNMP Manager.

Certification Server should certify Windows, Linux, Unix

Warranty 3 years comprehensive Onsite

Page 19: Data Centre Tender

19

3. HPC Storage : 1No (Additional specs are given at the end of item 7)

Description Technical Specification Compliance

General Features

The Offered Storage system should be purpose built and Enterprise -

class dedicated for file sharing services. The unified storage should

support both block and file level access

The offered Storage system must be configured with appropriate

licenses for the following access protocol support : NFS, CIFS, HTTP,

WebDAV, FTP, iSCSI

Configuration

The offered Storage System should be configured with single head and

should be upgradeable to dual controller for high availability.

The offered Storage System should be configured with at least 2 Quad

Core Processors and 32 GB of memory. Each controller should have

the capability to scale to upto 4 Quad Core Processors and up to at

least 128GB of main memory

It should be possible to configured the storage system in active-active

cluster or active-passive mode when two controllers are used in future

The offered Storage System should be configured with at least 8

Gigabit Ethernet Ports and should be scalable to at least 12 Gigabit

Ethernet Ports. The controller should have the option to add at least 2

X 10GigE Fiber port per controller

The offered Storage System should support Infiniband, FC, iSCSI,

10GbE as connectivity options

The offered Storage system should be configured with 8TB of usable

space after RAID and other overheads. The RAID should be RAID 6.

The disk capacity to be used is 1TB 7200 RPM SATA. The Storage

system should scale to over 80TB capacity

The offered Storage system must support Flash devices as part of the

storage hierarchy. The SSDs need to be configured for READ and Write

performance optimization. SSDs configured for READ must be at least

100GB and at least 36GB for Write per Controller

Warranty: 3 years comprehensive Onsite

Page 20: Data Centre Tender

20

4. 36 Port DDR Infiniband Switch with Accessories(Cords and Cables)

for HPC setup

Description Technical Specification Compliance

IB Switch with 1U Rack Mount Form Factor

Thirty six 20Gb/s InfiniBand 4X ports

Auto-negotiation of port link speed

Ultra low latency cut-through switching (4-6 us)

Supports Multi-Protocol Applications for

Clustering, Communication, and Storage

Integrated Subnet Management Agent (SMA)

Hot Swappable Fan Tray with Redundant Fans

Infiniband

Switch (for MPI

communication

)

Dual Redundant auto-sensing 110/220VAC power

supply

Cluster

Interconnect

4X DDR Infiniband HCA , PCI-Express (should sit

on PCI slot only, on board not preferred) with

necessary cables of required length

Warranty 3 years comprehensive Onsite

5. HPC Software and Accessories for HPC implementation

Description Technical Specification Compliance

Operating System 64 bit Unix/ Linux OS (should also be available preferably as Open Source)

optimized for Multicore architecture

OEM supported

commercial

scheduler with 3

years support

• Software for Dynamic Resource Management

• Dynamic resource balancing

• Policy based resource allocation and hierarchical dependencies

• Scheduler should have heterogeneous hardware & OS platform support

• Should support any 3rd party software that is compliant and 100% compatible

with the Grid Engine Open Source.

• Should manage concurrent computing of existing parallel applications

• Should provide an Open-SSL-based security framework

Page 21: Data Centre Tender

21

• User level check-pointing to be supported.

• Jobs can be moved to different resources and restarted

• Accounting and Reporting tool for utilization of resources for individual project

team, user, application etc…

• Web based Job status monitoring.

• Scheduler provided should be a commercially supported version and with Media.

Web based job submission portal to be provided for selected four applications

which is fully integrated with the scheduler and cluster management and

monitoring tool provided.

Cluster

Management Tool

The Cluster management tool Quoted should facilitate following features:

* Web based Monitoring overall health of cluster

* Add/Delete/Disable users, group

* Assignment of roles to users and groups

* Add/delete/install/re-install cluster nodes

* Monitor cluster nodes status including drill-down of monitored

events, setting of thresholds and alarms

* Scheduler configuration including new/delete/disable queues, parallel

Environment configuration.

* Job Management including jobs submission, monitoring, deletion and tracking of

status (email job complete failed status).

* Cluster health reporting

* Posting of notice/Message of the day by administrator

Libraries and

Compilers

1. All Standard Libraries like BLAS, LAPACK, SCALAPCK, ATLAS etc…should be part

of cluster toolkit.

2. MPI and OSU MVAPICH2 for Infiniband network to be done over VAPI and Gen

(If applicable)

3. All Standard Open Source compilers like G-Fortran, GCC etc should be part of

the solution.

4. Intel cluster toolkit compiler edition for compiler for 1 user perpetual license

with 3 year support.

5. The Parallel Environment to be integrated with Scheduler quoted.

Specification of

Grid Portals For

Job Submission

via Web Browser

1. Easy to install and Web based submission engine 2. Submission nodes are enabled instantaneously, by using standard

web browsers 3. Provide for secure data transfer over Intranet /Internet by utilizing

HTTP over SSL when requested 4. Increased job success rate by ensuring jobs are submitted correctly

and by providing better monitoring options, automatic estimates for required resources and automatic run profiles

Page 22: Data Centre Tender

22

6. L3 Manageable Switch – 1No

General Features Compliance Remarks

1 The switch should have minimum 48 x 10/100/1000 Ports

and 4 SFP based Gigabit ethernet ports

2 Form Factor of 1 RU and 19" Rack Mountable

3 Support for Redundant Power supply

Performance

1 Minimum of 32 Gbps Switching Fabric

2 Forwarding rate - 38 Mpps

3 128 MB DRAM

4 64 MB Flash memory

5 Configurable up to 12,000 MAC addresses

6 Configurable up to 11,000 unicast routes

7 Configurable up to 1000 IGMP groups and multicast routes

8 Configurable maximum transmission unit (MTU) of up to

9000 bytes, with a maximum Ethernet frame size of 9016 bytes

(Jumbo frames)

High Availability & Scalability Features

Redundancy features for fault backup

1 Uplink Fast and Backbone Fast technologies to help ensure

quick failover recovery, enhancing overall network stability and

reliability.

2 IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) to

provide rapid spanning-tree convergence independent of spanning-

tree timers and the benefit of distributed processing.

3 Per-VLAN Rapid Spanning Tree Plus (PVRST+) to allow rapid

spanning-tree reconvergence on a per-VLAN spanning-tree basis,

without requiring the implementation of spanning-tree instances.

4 Hot Standby Router Protocol (HSRP) & VRRP support to

create redundant, fail-safe routing topologies or equivalent.

5 Unidirectional Link Detection Protocol (UDLD) and

Aggressive UDLD to allow unidirectional links to be detected and

disabled to avoid problems such as spanning-tree loops.

Page 23: Data Centre Tender

23

6 Switch port auto recovery (errdisable) automatically

attempts to reenable a link that is disabled because of a network

error.

7 RPS support to provide superior internal power-source

redundancy to devices, resulting in improved fault tolerance and

network uptime.

8 Equal cost routing (ECR) to provide load balancing and

redundancy.

9 Bandwidth aggregation up to 8 Gbps through Gigabit

EtherChannel technology and up to 800 Mbps through Fast

EtherChannel technology enhances fault tolerance and offers

higher-speed aggregated bandwidth between switches and to

routers and individual servers.

10 The Switch should be able to discover the neighboring

switch of the same vendor giving the details about the platform, IP

Address, Link connected through etc, thus helping in

troubleshooting connectivity problems.

High-Performance IP Routing

1 Express Forwarding hardware routing architecture to deliver

extremely high-performance IP routing.

2 Basic IP unicast routing protocols (static, RIPv1, and RIPv2)

3 Support for IPv6 unicast routing capability (static, RIP,

EIGRP and OSPF protocols) to forward IPv6 traffic through

configured interfaces

4 Support for Advanced IP unicast routing protocols (OSPF,

Interior Gateway Routing Protocol [IGRP], EIGRP, and Border

Gateway Protocol Version 4 [BGPv4]) for load balancing and

constructing scalable LANs.

5 Support for Policy-Based Routing (PBR) to allow superior

control by enabling flow redirection regardless of the routing

protocol configured.

6 Inter-VLAN IP routing to provide for full Layer 3 routing

between two or more VLANs.

7 Support for Protocol Independent Multicast (PIM) for IP

Multicast routing, including PIM sparse mode (PIM-SM), PIM dense

mode (PIM-DM), and PIM sparse-dense mode.

8 Support for Distance Vector Multicast Routing Protocol

(DVMRP) tunneling to interconnect two multicast-enabled networks

across non multicast networks.

Page 24: Data Centre Tender

24

9 Support for Fallback bridging forwards non-IP traffic

between two or more VLANs.

Integrated Software features for bandwidth optimization

1 Per-port broadcast, multicast, and unicast storm control to

prevent faulty end stations from degrading overall systems

performance.

2 IEEE 802.1d Spanning Tree Protocol support for redundant

backbone connections and loop-free networks simplifies network

configuration and improves fault tolerance.

3 PVST+ for Layer 2 load sharing on redundant links to

efficiently use the extra capacity inherent in a redundant design.

4 IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) to

allows spanning-tree instance per VLAN, enabling Layer 2 load

sharing on redundant links.

5 Local Proxy Address Resolution Protocol (ARP) to work in

conjunction with Private VLAN Edge to minimize broadcasts and

maximize available bandwidth.

6 VLAN1 minimization to allow VLAN1 to be disabled on any

individual VLAN trunk link.

7 VLAN Trunking Protocol (VTP) pruning to limit bandwidth

consumption on VTP trunks by flooding broadcast traffic only on

trunk links required to reach the destination devices.

8 IGMPv3 snooping to provide fast client joins and leaves of

multicast streams and limits bandwidth-intensive video traffic to

only the requestors.

9 IGMP filtering to provide multicast authentication by

filtering out nonsubscribers and limits the number of concurrent

multicast streams available per port.

10 Multicast VLAN registration (MVR) to continuously send

multicast streams in a multicast VLAN while isolating the streams

from subscriber VLANs for bandwidth and security reasons.

QoS AND CONTROL

Advanced QoS

1 Standard 802.1p CoS and DSCP field classification should

be supported, using marking and reclassification on a per-packet

basis by source and destination IP address, source and destination

MAC address, or Layer 4 TCP or UDP port number.

Page 25: Data Centre Tender

25

2 Control- and Data-plane QoS ACLs on all ports to help

ensure proper marking on a per-packet basis.

3 Four egress queues per port to enable differentiated

management of up to four traffic types across the stack.

4 SRR scheduling to ensure differential prioritization of packet

flows by intelligently servicing the ingress and egress queues.

5 Weighted tail drop (WTD) to provide congestion avoidance

at the ingress and egress queues before a disruption occurs.

6 Strict priority queuing to guarantee that the highest-priority

packets are serviced ahead of all other traffic.

Granular Rate Limiting

1 Committed Information Rate (CIR) function to guarantees

bandwidth in increments as low as 8 kbps.

2 Rate limiting support based on source and destination IP

address, source and destination MAC address, Layer 4 TCP and

UDP information, or any combination of these fields, using QoS

ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

3 Support for Asynchronous data flows upstream and

downstream from the end station or on the uplink using ingress

policing and egress shaping.

4 Up to 64 aggregate or individual policers for per Fast

Ethernet or Gigabit Ethernet port.

Network security features

1 Support for Network Admission Control for end-point

security (PCs & Desktop Posture Assessment) and thereby

controling the spread of viruses & worms

2 IEEE 802.1x to allow dynamic, port-based security,

providing user authentication.

3 IEEE 802.1x with VLAN assignment to allow a dynamic

VLAN assignment for a specific user regardless of where the user is

connected.

4 IEEE 802.1x with voice VLAN to permit an IP phone to

access the voice VLAN irrespective of the authorized or

unauthorized state of the port.

5 IEEE 802.1x and port security to authenticate the port and

manage network access for all MAC addresses, including those of

the client.

Page 26: Data Centre Tender

26

6 IEEE 802.1x with an ACL assignment to allow for specific

identity-based security policies regardless of where the user is

connected.

7 IEEE 802.1x with Guest VLAN to allow guests without

802.1x clients to have limited network access on the guest VLAN.

8 VLAN ACLs (VACLs) on all VLANs to prevent unauthorized

data flows from being bridged within VLANs.

9 Standard and Extended IP security router ACLs (RACLs) to

define security policies on routed interfaces for control- and data-

plane traffic.

10 Port-based ACLs (PACLs) for Layer 2 interfaces to allow

application of security policies on individual switch ports.

11 Unicast MAC filtering to prevent the forwarding of any type

of packet with a matching MAC address.

12 Unknown unicast and multicast port blocking to allow tight

control by filtering packets that the switch has not already learned

how to forward.

13 Support for SSHv2, Kerberos, and SNMPv3 to provide

network security by encrypting administrator traffic during Telnet

and SNMP sessions.

14 Private VLAN to provide security and isolation between

switch ports, helping ensure that users cannot snoop on other

users' traffic.

15 Bidirectional data support on the Switched Port Analyzer

(SPAN) port to allow the Intrusion Detection System (IDS) to take

action when an intruder is detected.

16 TACACS+ and RADIUS authentication to enable centralized

control of the switch and restrict unauthorized users from altering

the configuration.

17 MAC address notification to allow administrators to be

notified of users added to or removed from the network.

18 DHCP snooping to allow administrators to ensure consistent

mapping of IP to MAC addresses. This can be used to prevent

attacks that attempt to poison the DHCP binding database, and to

rate limit the amount of DHCP traffic that enters a switch port.

19 DHCP Interface Tracker (Option 82) to augment a host IP

address request with the switch port ID.

20 Port security to secure the access to an access or trunk port

based on MAC address. After a specific timeframe, the aging

Page 27: Data Centre Tender

27

feature should remove the MAC address from the switch to allow

another device to connect to the same port.

21 Trusted Boundary to provide the ability to trust the QoS

priority settings if an IP phone is present and to disable the trust

setting if the IP phone is removed, thereby preventing a malicious

user from overriding prioritization policies in the network.

22 Multilevel security on console access to prevent

unauthorized users from altering the switch configuration.

23 The user-selectable address-learning mode to simplify

configuration and enhances security.

24 BPDU Guard feature, which shuts down Spanning Tree

Protocol PortFast-enabled interfaces when BPDUs are received to

avoid accidental topology loops.

25 Spanning-Tree Root Guard (STRG) to prevent edge devices

not in the network administrator's control from becoming Spanning

Tree Protocol root nodes.

26 IGMP filtering provides multicast authentication by filtering

out nonsubscribers and limits the number of concurrent multicast

streams available per port.

27 Dynamic VLAN assignment support

28 Support for upto Two thousand access control entries

(ACEs).

Management

Superior manageability Features

1 CLI support to provide a common user interface and

command set with all routers and switches of the same vendor

2 Service Assurance Agent (SAA) support to facilitate service-

level management throughout the LAN.

3 Switching Database Manager templates for access, routing,

and VLAN deployment scenarios to allow the administrator to easily

maximize memory allocation to the desired features based on

deployment-specific requirements.

4 VLAN trunks support from any port, using either standards-

based 802.1Q tagging or the Inter-Switch Link (ISL) VLAN

architecture.

5 Up to 1024 VLANs per switch or stack and up to 128

spanning-tree instances per switch

Page 28: Data Centre Tender

28

6 Upto Four thousand VLAN IDs

7 Voice VLAN feature to simplify telephony installations by

keeping voice traffic on a separate VLAN for easier administration

and troubleshooting.

8 VTP (VLAN Trunking Protocol) to support dynamic VLANs

and dynamic trunk configuration across all switches.

9 IGMPv3 snooping to provide fast client joins and leaves of

multicast streams and limits bandwidth-intensive video traffic to

only the requestors.

10 Remote SPAN (RSPAN) to allow administrators to remotely

monitor ports in a Layer 2 switch network from any other switch in

the same network.

11 For enhanced traffic management, monitoring, and analysis,

the Embedded Remote Monitoring (RMON) software agent should

support four RMON groups (history, statistics, alarms, and events).

12 Layer 2 traceroute ot ease troubleshooting by identifying

the physical path that a packet takes from source to destination.

13 All nine RMON groups should be supported through a SPAN

port, which permits traffic monitoring of a single port, a group of

ports, or the entire stack from a single network analyzer or RMON

probe.

14 Domain Name System (DNS) to provide IP address

resolution with user-defined device names.

15 Trivial File Transfer Protocol (TFTP) to reduce the cost of

administering software upgrades by downloading from a

centralized location.

16 Network Timing Protocol (NTP) to provide an accurate and

consistent timestamp to all intranet switches.

17 Multifunction LEDs per port for port status; half-duplex and

full-duplex mode; and 10BASE-T, 100BASETX, and 1000BASE-T

indication as well as switch-level status LEDs for system,

redundant power supply, and bandwidth use to provide a

comprehensive and convenient visual management system.

Ease of use and ease of deployment

1 Express Setup feature to simplify initial configuration of a

switch via a Web browser, eliminating the need for more complex

terminal emulation programs and CLI knowledge Reduces the cost

of deployment by enabling less-skilled personnel to quickly and

simply set up switches.

Page 29: Data Centre Tender

29

2 DHCP autoconfiguration of multiple switches through a boot

server eases switch deployment.

3 Automatic QoS (Auto QoS) Feature to simplify QoS

configuration in voice-over-IP (VoIP) networks by issuing interface

and global switch commands to detect IP phones, classify traffic,

and enable egress queue configuration.

4 Autosensing on each 10/100 port to detect the speed of the

attached device and to automatically configure the port for 10- or

100-Mbps operation, easing switch deployment in mixed 10- and

100-Mbps environments.

5 Autonegotiating on all ports to automatically select half- or

full-duplex transmission mode to optimize bandwidth.

6 Dynamic Trunking Protocol (DTP) to help enable dynamic

trunk configuration across all switch ports.

7 Port Aggregation Protocol (PAgP) to automate the creation

of Fast EtherChannel® groups or Gigabit

8 EtherChannel groups to link to another switch, router, or

server.

9 Link Aggregation Control Protocol (LACP) to allow the

creation of Ethernet channeling with devices that conform to IEEE

802.3ad.

10 DHCP Server to enable a convenient deployment option for

the assignment of IP addresses in networks that do not have a

dedicated DHCP server.

11 DHCP Relay to allow a DHCP relay agent to broadcast DHCP

requests to the network DHCP server.

12 IEEE 802.3z-compliant 1000BASE-SX, 1000BASE-LX/LH,

1000BASE-ZX, 1000BASE-T, and coarse wavelength-division

multiplexing (CWDM) physical interface support through a field-

replaceable SFP module to provide unprecedented flexibility in

switch deployment.

13 Default configuration should be stored in Flash and should

help to ensure that the switch can be quickly connected to the

network and can pass traffic with minimal user intervention.

14 Automatic medium-dependent interface crossover (Auto-

MDIX) to automatically adjust transmit and receive pairs if an

incorrect cable type (crossover or straight-through) is installed on

a 10/100 port.

Standards

Page 30: Data Centre Tender

30

1 IEEE 802.1s

2 IEEE 802.1w

3 IEEE 802.1x

4 IEEE 802.3ad

5 IEEE 802.3x full duplex on 10BASE-T,

6 100BASE-TX, and 1000BASE-T ports

7 IEEE 802.1D Spanning Tree Protocol

8 IEEE 802.1p CoS Prioritization

9 IEEE 802.1Q VLAN

10 IEEE 802.3 10BASE-T specification

11 IEEE 802.3u 100BASE-TX specification

12 IEEE 802.3ab 1000BASE-T specification

13 IEEE 802.3z 1000BASE-X specification

14 1000BASE-X (SFP)

15 1000BASE-SX

16 1000BASE-LX/LH

17 1000BASE-ZX

18 1000BASE-CWDM SFP 1470 nm

19 1000BASE-CWDM SFP 1490 nm

20 1000BASE-CWDM SFP 1510 nm

21 1000BASE-CWDM SFP 1530 nm

22 1000BASE-CWDM SFP 1550 nm

23 1000BASE-CWDM SFP 1570 nm

24 1000BASE-CWDM SFP 1590 nm

25 1000BASE-CWDM SFP 1610 nm

26 RMON I and II standards

27 SNMPv1, SNMPv2c, and SNMPv3

Warranty : 3 years comprehensive Onsite

Page 31: Data Centre Tender

31

7. L2 Manageable Switch : 1 No

S.No Feature Details Compliance Remarks

1

10/100 Ports

Minimum 48 10/100 Copper Ports with RJ-45

Media Interfaces

2 Uplink Ports Minimum 2 Nos Gigabit Dual Purpose uplinks

(each dual-purpose uplink should have 1

10/100/1000 ethernet port and 1 SFP-based

Gigabit Ethernet port, 1 port active).

3 Switching-

Capacity 16 Gbps

4

Forwarding

Rate 6.5 Mpps

5

MAC

addresses 8000 MAC addresses

6

VLAN & VLAN

IDs Minimum 255 VLAN's & 4K VLAN IDs

7 Easy

deployment

Switch should support Dynamic trunking

protocol that helps enable dynamic trunk

configuration across all switch ports.

Switch should support LACP and

EtherChannel technology.

8 Security

Features

Should provide a mechanism to prevent

edge devices not in the network

administrator's control from becoming

Spanning Tree Protocol root nodes.

Should provide Unicast MAC filtering to

prevent the forwarding of any type of packet

with a matching MAC address

Should provide DHCP snooping to allow

administrators to ensure consistent mapping

of IP to MAC addresses.

Switch should provide IBNS( Identity based

networking services) solution which provide

Page 32: Data Centre Tender

32

Authentication, ACLS and security policy

administration.

Multilevel security on console access to

prevent unauthorized users from altering the

switch configuration.

Per-port broadcast, multicast, and storm

control to prevent faulty end stations from

degrading overall systems performance

BPDU Guard or equalant mechanism to shut

down Spanning Tree Protocol PortFast-

enabled interfaces when BPDU’s are received

to avoid accidental topology loops.

Should support MAC address notification to

allow administrators to be notified of users

added to or removed from the network.

Port-based ACLs for Layer 2 interfaces

SSHv2 and SNMPv3 to provide network

security by encrypting administrator traffic

during Telnet and SNMP sessions.

TACACS+ and RADIUS authentication

9 QoS Features Standard 802.1p CoS and DSCP

Control- and Data-plane QoS ACLs

Four egress queues per port.

Weighted tail drop (WTD) to provide

congestion avoidance

Rate Limiting function should guarantee

bandwidth in increments as small as 1 Mbps.

Rate limiting should be provided based on

source and destination IP address, source

and destination MAC address, Layer 4 TCP

and UDP information, or any combination of

these fields, using QoS ACLs (IP ACLs or

MAC ACLs), class maps, and policy maps

10 Redundancy Support for Redundant Power Supply

Switch should support ULDP (Unidirectional

link detection protocol).

11 Standards

802.1q/p VLAN Tagging and Priority

Page 33: Data Centre Tender

33

Additional specs for Item 3 : HPC storage

Compliance

802.1w rapid spanning tree

802.1x port based authentication, dynamic

VLAN, ACL and MAC Filter Group Assignment

802.3ad Link Aggregation

Dual uplinks

should

support 802.3u 100Base-TX

802.3z 1000base-SX/LX/T

802.3ab 1000 Base-T

12 Management

& Control Embedded Web Management

Industry Standard Command Line Interface

Web based Graphical User Interface

Integration Compatibility with HP Openview,

CA Unicenter, IBM Tivoli and other Industry

Standard NMS on Linux and Windows

SNMPV3

13. Warranty : 3 years comprehensive Onsite

Software Features and Services

The offered Storage system must be configured with appropriate licenses for the following access protocol support : NFS, CIFS, HTTP, WebDAV, FTP, iSCSI

The offered Storage System shall not be based on Windows based operating system and must have an operating system optimized for storage and NAS environment

Page 34: Data Centre Tender

34

The offered Storage system must support data compression and at least 4 levels data compression must be available

The offered Storage System should provide seamless multi protocol integration and secure data sharing between Microsoft Windows, Linux and UNIX clients.

The offered Storage system must be configured with the ability to create snapshots and clone volumes

The Storage system must support and should be configured for thin provisioning for both file system, and iSCSI LUNs

There should be no limitation on the number of volumes and size of volumes that can be created.

Data Protection Features

The offered Storage System should provide data security through checksum data and metadata.

The offered Storage system should support triple-parity, triple-mirroring and de-duplication.

The offered Storage system must be configured with the ability to create snapshots and clone volumes

The offered Storage system must support NDMP backup and restore features. Both NDMP v3 and v4 must be supported

The offered Storage system must be configured with replication license capable of 1:N, N:1, manual , scheduled and continuous replication

The Storage system must support and should be configured with the ability to integrate with ICAP-based virus scanning utility

The Storage system must support directory services for NIS, AD & LDAP

Page 35: Data Centre Tender

35

Warranty and Maintenance: Vendors will provide free onsite comprehensive warranty for 3 (Three) years in respect of all components proposed in the tender.

Management Features

The offered Storage System should provide real-time analysis and monitoring functionality, at almost no performance impact to the running production applications.

The offered Storage System should provide monitoring storage analytics for fine tuning system performance and debugging and dashboard monitoring for key system performance metrics.

The browser based User interface must be available for administration tasks. Configuration, maintenance (including hardware), checking shares and status (current usage of CPU, memory, storage, network, services, hardware, CIFS, NDMP, NFSv3 and v4, and iSCSI. It must provide a single page view of all characteristics

It should be possible for the storage administrator to analyze problems in real time through the GUI and do drill down analysis. It should be possible to generate views on how many IOPS the whole Storage system is doing, on a per protocol basis, on a per client basis, on a per file basis. It should be possible to know which files are being read more or written more by which client.

The offered System should support following Networking features:

IPV4, IPV6, Static or DHCP;

IP Multi-Pathing groups of addresses;

IEEE 802.3AD LACP;

IEEE 802.1Q VLA.

Page 36: Data Centre Tender

36

PART- 2 : TECHNICAL SPECIFICATIONS for Data Center

1. Modular UPS Systems:

S.No Technical Specifications Compliance

1 System capacity – 32Kva / 32Kw – N+1 configuration Scalable to 80 KW N+1

For Future Expansion : To be located in the data center adjoining the server

rack

B GENERAL SPECIFICATIONS of UPS system

1 The ups system shall comprise of redundant main controller modules,

redundant logic power supplies, which can be swapped with out switching

off any ups modules when required.

2 Each ups modules contains a full rated input rectifier full rated output

inverter (KVA=KW), and battery charging circuit.

3 UPS shall be comprised of hot swappable / user replaceable ups modules,

which shall operate in parallel, and be configured for N+1 redundant

operation at rated load.

4 The system shall comprise of a user-replaceable hot swappable battery

modules, connected in parallel as well as in series, which can be swapped

with out switching of the ups modules when required.

5 The system shall comprise of a user-replaceable continuous duty single

bypass static switch module.

6 The ups units & the batteries shall be scaleable with out shutting down the

mission critical Data Centre load.

7 The back up time for the current load shall be 15 mins, Option for Back up

extension with the increase in load to be included as a default option

C MODES OF OPERATIONS

1 Normal: The input converter and output inverter shall operate in an on-line

manner to continuously regulate power to the critical load. The input and

output converters shall be capable of full battery recharge while

simultaneously providing regulated power to the load.

2 Battery: Upon failure of the AC input source, the critical load shall continue

being supplied by the output inverter, which shall derive its power from the

battery system. There shall be no interruption in power to the critical load

during both transfers to battery operation and retransfers from battery to

normal operation.

3 Recharge: Upon restoration of the AC input source, the input converter and

output inverter shall simultaneously recharge the battery and provide

regulated power to the critical load.

4 Static Bypass: The static bypass shall be used to provide transfer of critical

load from the Inverter output to the bypass source. This transfer, along with

its retransfer, shall take place with no power interruption to the critical load.

In the event of an emergency, this transfer shall be an automatic function.

5 Maintenance Bypass: The system shall be equipped with an external make-

before-break Maintenance Bypass to electrically isolate the UPS during

routine maintenance and service of the UPS. The MBC shall completely

Page 37: Data Centre Tender

37

isolate both the UPS input and output connections.

D SYSTEM CHARACTERISTICS

1 System Capacity: The system shall be rated for full kW output.

2 AC Input Nominal Voltage: 400 V, 3 Phase, 4 wire + G, 50 Hz.

3 AC Input Voltage Window: 340Volts to 475Volts. (While providing nominal

charging to the battery system).

4 Frequency Range: 40-60Hz

5 Input Power Factor: > .99 at greater than 25% load to 100% load

6 Input Current Distortion: The input current THDI shall be held to 5% or less

at full system, while providing conditioned power to the critical load bus, and

charging the batteries under steady-state operating conditions. This shall be

true while supporting loads of both a linear or non-linear type. This shall be

accomplished with no additional filters, magnetic devices, or other

components.

7 Soft-Start: As a standard feature, the UPS shall contain soft-start

functionality, capable of limiting the input current from 0-100% of the

nominal input over a default 15 seconds period, when returning to the AC

utility source from battery operation.

8 AC Output Nominal Output: 400V, 3 Phase, 4 wire + G, 50 Hz.

9 AC Output Voltage Distortion: Max. 3% @ 100% Linear Load.

10 AC Output Voltage Regulation: +/- 1% For 100 % Linear & 3% for Nonlinear

Load

11 Voltage Transient Response: +/- 5% maximum for 100% load step

12 Voltage Transient Recovery within <50 milliseconds

13 Output Voltage Harmonic Distortion: a. <2% THD maximum for liner load

and 6% for 100% non-linear load.

15 Overload Rating: Normal Operation: 1) 150% for 60 seconds, 125% for

10mins.

17 Overload Rating : Bypass operation: 1) 110% continuous

19 Output Power Factor Rating:

20 The UPS output shall not require derating for purely resistive loads (PF of 1).

The potential kW and kVA ratings of the UPS output shall be equal. For loads

exhibiting a power factor of .5 leading to .5 lagging, no derating of the UPS

shall be required.

21 Battery Protection: The inverter shall be provided with monitoring and

control circuits to limit the level of discharge on the battery system.

22 CHARGING: The battery charging shall keep the DC bus float voltage at +/-1%

of tolerance

23 The battery charging circuit shall contain a temperature compensation

circuit, which will regulate the battery charging to optimize battery life.

24 The battery charging circuit shall remain active when in Static Bypass and in

Normal Operation

E BATTERIES

1 The UPS battery shall be of modular construction made up of user

replaceable, hot swappable, fused, battery modules. Each battery module

Page 38: Data Centre Tender

38

shall be monitored for voltage and temperature for use by the UPS battery

diagnostic, and temperature compensated charger circuitry.

2 The battery jars housed within each removable battery module shall be of

the Valve Regulated Lead Acid (VRLA) type.

3 The UPS shall incorporate a battery management system to continuously

monitor the health of each removable battery module. This system shall

notify the user in the event that a failed or weak battery module is found.

Back up shall be designed for 30min on full on the present load of 32 KW

expandable in the future.

F UNATTENDED SHUT DOWN

1 The UPS, in conjunction with a network interface card, shall be capable of

gracefully shutting down one or more operating systems during when the

UPS is on low battery condition

2 The UPS shall also be capable of using an RS232 port to communicate by

means of serial communications to gracefully shut down one or more

operating systems during a low battery situation.

G DISPLAY UNITS

1 A microprocessor controlled single display unit shall be located on the door

in front of the ups system & out put power distribution unit. The display shall

consist of an alphanumeric display and a keypad.

2 Metered Data: Data of all the input ,out put & battery parameters shall be

available on the alphanumeric display:

3 Event log: The display unit shall allow the user to display a time and date

stamped logs.

4 Controls: All the ups controls or programming functions shall be

accomplished by use of the display unit. Pushbutton membrane switches

shall facilitate these operations

H REMOTE MONITORING

1 Web Monitoring: Remote monitoring shall be available via a web browser

such as Internet Explorer.

2 RS232 Monitoring: Remote UPS monitoring shall be possible via either RS232

or contact closure signals from the UPS.

3 Simple Network Management Protocol (SNMP): Remote UPS Monitoring

shall be possible through a standard MIB II compliant platform.

4 The UPS manufacturer shall have available software to support graceful

shutdown and remote monitoring

I ENVIRONMENTAL

1 Operating Ambient Temperature: 0°C to 40°C

2 Relative Humidity: 0 to 95% Non-condensing

3 Altitude: Maximum installation with no derating of the UPS output shall be

10,000 feet (3000m) above sea level.

Trained service personnel shall perform the following inspections, test

procedures, and on-site training:

J On-Site Operational Training: During the factory assisted start-up,

operational training for site personnel shall include key pad operation,

LED indicators, start-up and shutdown procedures, maintenance bypass and

Page 39: Data Centre Tender

39

AC disconnect operation, and alarm information.

K STANDARDS

5. ISO 9001

6. ISO 14001

PROPOSAL SUBMITTALS

1. As bid system bill of materials.

2. Product catalog sheets or equipment brochures.

3. Installation information, including weights and dimensions.

4. Information about terminal locations for power and control connections.

1. Installation manual, which includes instructions for storage, handling,

examination, preparation, installation, and start-up of UPS.

2. User manual, which includes operating instructions.

2. Precision Air-conditioning System:

S.No Technical Specifications Compliance

Minimum unit capacity – Min 10Kw-29kw

A General Specifications:

1

The unit shall be configured for draw-through air pattern to provide

uniform air flow over the entire face of the coil. External ambient

temperature to be considered 46 deg centigrade.

2 Variable speed fans: Fans shall be variable speed capable of modulating

from 30-100%. Fans shall soft start to minimize in-rush current.

3 Insulation complies with UL94-5VA ASTM E84 or Indian equivalent.

4 Control Panel: Micro processor based control panel for temperature

settings & to watch operational status with visual indications.

5

Units shall be 42 U, 300/600mm width & include casters and leveling feet

to allow ease of installation in the row and provide a means to level the

equipment with adjacent IT racks.

6 2/3 area should be perforated at the front panel of the cooling unit.

7 Microprocessor controlled audio & visual alarms for

8 Temp / sensors setting fault indications

9 Inlet air pressure / filters fault indications

10 Temp/air pressure / humidity sensors excessive use or functional unit

failure.

B REMOTE MANAGEMENT:

1 System should be capable of remotely controlled /managed over TCP/IP. It should help the customer to change set points as well as view and clear alarms remotely.

C COOLING SYSTEM:

1

The cooling coil shall use corrugated aluminum fin and copper tube coils. The coil header is equipped with a drip plate in the bottom to capture and direct the condensation accumulating on the suction header tube to the drain.

2 Appropriate arrangement to collect the condensate water to collect to the drain pipe should be with the system

3

The coil shall be rated for a maximum pressure of 3440 kPa (500 psig) or higher, and the coils are certified in accordance with UL207 or its Indian equivalent.

4

1 Compressor: The unit shall be configured with a variable speed reciprocating hermetic compressor using a matched VFD , so that the compressor speed can be varied through a range between 30 and 85 Hz to accommodate varying load conditions. Compressor shall be designed on Scroll technology which can withstand liquid refrigerant ‘slugging’ which is major cause of compressor failure.

2 Compressor is electrically protected through the VFD.

D CONDENSATE PUMP:

1 Pump shall have dual internal floats and reservoir made of polymeric materials to prevent corrosion.

E FILTERS:

1 Filters shall be 80% efficient as per ASHRAE Standard 52.1, UL Class 2 (MERV 8 per ASHRAE 52.2) or India equivalent & shall be replaceable from the rear of the unit.

Page 40: Data Centre Tender

40

3. Rack Mount PDU and Accessories:

S.No Technical Specifications Compliance

A General Specifications (Capacity):

1 PDU of 32A, 230V, having ISO/ IEC power connector (21)C13 & (3)C19

2 Rack power distribution offerings meet the needs a way to monitor the

current draw at each rack

3 The rack power distribution shall be a zero U mounting unit

4 It shall Monitor the aggregate current draw; avoid overloaded circuits;

balance loads

B User Interface & load indicator

1

Individual Outlet Control:

Shall have a remote option for Turn outlets off that are not in use to

protect from overloaded circuits; reduce the risk of someone plugging

equipment into a strip and overloading the circuit.

2

PDU should Indicates overload and warning conditions based on the user-

defined alarm thresholds. The PDU should provide alarms & alerts to user

about potentional problems.

3 Power Delays: Configure the sequence in which power is turned on or off

for each outlet; avoid overloads due to in-rush current at start-up.

4 Approvals CCC,CE,VDE

4., 5 : Server Racks, Network racks and Accessories:

S.No Technical Specifications Compliance

1

42 U Rack Should support multi vendor rack server with increased depth of

minimum 1060 mm or more for effective network and power cable

management ( 1U = 1.75" or 44.45 mm), 600mm width for Server and

750mm for network

2

Cabinet should be perforated with 64% open area for ventilation, 830

square inches ( 5350 sq cm) of holes evenly distributed from top to bottom

to permitt adequate air flow, at the same time prevent tampering of

servers placed inside the rack, having lock

3 Vertical Post, Front Door, of 16 Gauge, Rear Door and Roof and Side Pannel

of 18 Gauge, EIA Mounting Rails of 14 gauge, thick steel sheet with powder

coated in black color and caster fitted with leveling feet.

4 Should have cable channel in rear side for cable management.

Page 41: Data Centre Tender

41

5 Support cable entry from top or bottom with rear split door design.

6 Caster fitted for mobility. Leveling feet shall be supplied as standard.

7 The rack shall incorporate a rear split door design for easier access to

equipment

8 Weight capacity ( Static Load) 1350 Kg

9 Rack height 42 U, as per EIA 310-D

10 Should have levelling feet and preinstalled casters.

11 Should be toolless and vertically mounted in the 42 U Rack

12 Depth of Rack 1060 MM to enable PDU to Occupy Zero U space in the rack

6. Environment monitoring Unit & Access:

S.No Technical Specifications Compliance

1

Environmental Monitoring units :

Monitors temperature and humidity at rack enclosure level at 1 levels for

high density racks. 4 contact closures for control circuits 2nd probe

available for monitoring at top and bottom of each rack enclosure

Temperature and Humidity monitoring probes shall have SNMP capability (

Get / Set) and made available on TCP/IP.

2

Power & Data Cable Routing:

Adjustable power cable troughs and data partitions fit seamlessly into the

roof of the server / Network rack No raised floor required and no

suspended ceiling. Toolless cable ladders for row-to-row cable routing.

Distance between power and data cable should be at least 800 mm away

7. Gas Suppression System:

S.No Technical Specifications Compliance

1 Entire area is to be protected with FM 200 gas based Fire Suppression

System

2 The system shall be integrated with the Fire Detection & Alarm system to

achieve end to end Fire Protection within the Facility

3 The system design shall consider and address possible Fire hazards within

the protected volume at the design stage.

4 The delivery of the FM-200 system shall provide for the highest degree of

protection and minimum extinguishing time.

5 The design shall be strictly as per NFPA 2001

6

The suppression system shall provide for high-speed release of FM-200

(99.95% discharge in less than 10 seconds), based on the concept of total

Flooding protection for enclosed areas.

Page 42: Data Centre Tender

42

7 The minimum operating pressure of 10Bar shall be achieved at the nozzle,

while the storage pressure of FM-200 in the cylinder shall be 42 Bar

8 Uniform extinguishing concentration shall be 7% (v/v) of FM- 200 for 70

deg. F., or higher as recommended by the manufacturer

9 Sub-floor to be included in the protected volume

10

The system shall be such that the discharge of extinguishing agent does

not harm the human being and / or the systems/equipments/devices in

the Facility

11

The FM-200 Fire Suppression System shall include a detection and control

system provision for both pre-alarm and automatic agent release

12

The discharge nozzles shall be located in the protected volume in

compliance to the limitation of spacing, floor and ceiling covering, etc.

13

The nozzle locations shall be such that the uniform design concentration

will be established in all parts of the protected volumes, which shall also be

approved by third party inspectors and certifiers such as UL / FM / VdS /

LPC

14

The Storage Container offered shall be of Seamless type, meant for

exclusive use in FM-200 systems, with VdS / FM / UL / LPC / CNPP

approval. Welded cylinders are not permitted

15

The system flow calculation shall be carried out on certified software,

suitable for the Seamless Steel Cylinder being offered for this project. Such

system flow calculations shall also be approved by VdS / LPCB / UL / FM.

16

The Seamless storage cylinder shall be approved by the Chief Controller of

Explosives, Nagpur and shall have NOC from CCOE, Nagpur for import of

the same

17

The FM-200 valve shall be of Differential Pressure Design and shall not

require an Explosive / Detonation type Consumable Device to operate it

18

The FM-200 Valve operating actuators shall be of Electric (Solenoid) type,

and it should be capable of resetting manually.

19

The Valve should be capable of being functionally tested for periodic

servicing requirements and without any need to replace consumable parts

Page 43: Data Centre Tender

43

20

The individual FM-200 Bank shall also be fitted with a manual actuation

mechanism that provides actuation of the system in case of power failure

21

FM-200 agent is stored in the container as a liquid. To aid release and

more effective distribution, the container shall be super pressurized to 600

psi (g) at 70°F with dry Nitrogen

8. Fire Detection System:

S.No Technical Specifications Compliance

1 The fire alarm system is required to detect the incidence of smoke and / or

fire within the Server/Datacenter Facility

2

On ascertaining that the fire has actually occurred, Fire Suppression system

shall be actuated to extinguish the fire in the areas of the

Server/Datacenter where critical computer systems / network systems are

installed and / or important data are stored

3

The system shall be designed such that it detects the abnormal conditions

in time and extinguishes the fire to safeguard the equipment/ systems

/devices and the personnel working inside the Facility

4

The response time for detection and suppression shall be kept to minimum

and shall protect the human being and systems/ equipments/ devices from

any damage under the abnormal conditions

5 The sensors, discharge nozzles shall be located such that it covers the area

of concern effectively with the minimum of hardware

6 Actuation of the suppression system shall be initiated only after confirming

that the fire has actually occurred.

7

Bidder to design the cross zoning configuration to effectively achieve the

reliability of the discharge and to avoid faulty discharge of the

extinguishing agent

8

Bidder to study the layout and the space provided for housing the Fire

Alarm and Suppression System components and confirm that the same is

adequate

9

The Proposed site shall have analog addressable Fire detection and alarm

system at three levels – room void, below false flooring and above false

ceiling (if provided)

10

For Site: Server room will have Fire Detection & Alarm at three levels

while NOC staff & Electrical Areas shall have two levels- false ceiling and

room void as false flooring is not provided

11 Detector spacing and location is to be designed considering coverage of

approx. 250 sq. ft per detector

12 For identifying the ‘Confirmed Fire’ situation, cross zoning shall be

established

13 All areas and their levels will have ionization & photoelectric type detector

while UPS/electrical room shall also have heat detector.

Page 44: Data Centre Tender

44

14

All basic equipments proposed and planned for use should be formally

approved by at least one internationally recognized testing labs and/or

approval from all the concerned authority for the system offered, like UL,

FM , LPCB & VdS

15 Minimum Components to be included

16 Analogue addressable smoke & heat detectors.

17 Addressable Manual Call Point

18 Addressable Loop Sounder

19 Loop Fault Isolators

20 Remote Response Indicator

21 Caution Signs

22 Single loop Addressable panel with LCD Display, complete with battery

charger & battery.

Gas Release Panel, suitable for at least 2 nos.

23 FM-200 flooding areas, complete with Timer delays, PSU, Battery charger

& battery

24 Addressable I/O units & modules.

25

The system shall use microprocessor based analogue addressable fire

detectors (ionization, photoelectric, heat, etc.) to detect fire or the zone of

fire and warn/alarm the occupants of the Server/Datacenter about a

possible source/or the zone of fire

26 Fire alarm system can be triggered either by automatic detectors or

manual operation of Manual Call Points (MCP)

27 The alarm condition is intimated to the occupants by sounding the hooters,

and flashers, which are interfaced with system through Control modules

28 The total area to be considered for Fire alarm and detections shall be

Server Room, NOC Area and Utility Room.

29 Fire detection and Alarm shall be integrated with Fire Suppression system

to achieve efficient and reliable fire extinguishing in case of fire

30

The system shall be integrated with other systems such as Air Conditioners

and Access Control to avoid spreading of fire, provide easy escape from the

affected area and to minimize the effect of fire. Such integration shall be

designed to ensure that the

31 Monitoring and Control Equipment

32

The main panel should have a 2 X 40 character Back-lit Super Twist Alpha

Numeric LCD Display screen, which may be visible under any lighting

condition.

33

Vacuum fluorescent displays, which may consume high levels of current

and are not readily visible in high ambient light conditions, should not be

used.

Page 45: Data Centre Tender

45

34 At least 40 character of the LCD display should be available for customer

text to describe the location of a zone or device

35

The depth of the Operators interaction with the control panel should be

protected by at least 3 software programmable Access levels so that

specific functions may be allowed only to designated persons.

36 The user specific code shall be stored in the on line history log to identify

the individual responsible for activating the functions

37 The memory of the panel should be non-volatile. Systems requiring a

power source to maintain site-programmed data are not recommended

38 The system should have self-contained (internal) standby battery as a part

of the Intelligent power supply with automatic charger.

39

The charger must be capable of automatically adjusting the Boost or trickle

charger according to the requirement of the Battery for at least 24 hours V

back up time

40

The Control panel should allow for cross zoning or looping of sensors i.e. a

detector on any loop may be assigned to any zone. This will prevent the

need for excessive wiring.

41

The control panel should have the facility of field selectable alarm

verification by zone, by group of zones, or by system

42

The control panel should be fully site programmable by Laptop computer

i.e. field programmable, configurable and expandable in the field without

the need for any special material/equipment/instrument to enable such

programming.

43 A down loading facility with suitable hardware and software via a PC

should be provided

44 The control panel should have total control over the sensor in all the

respects.

45 It should allow for sensitivity/ alarm level programming for sensor so that

the system can be tailored to relevant site conditions

46 Sensors

47 The Addressing mechanism for all the devices shall be through a DIP

SWITCH and not through soft programming.

48 The Address should be logged on to the stationary base, rather than on the

Detector head, to ensure ease of maintenance

49 The Dip-switch should be below the sensor Head (in Base) to prevent the

ingress of dust and other foreign matter

50 Each detector should incorporate a LED for identifying the device in alarm.

51 In the alarm condition, the LED should illuminate continuously until the

system is reset.

Page 46: Data Centre Tender

46

52 In the normal working condition, the device LED’s will remain in off mode

53 Analogue Addressable Heat Sensor shall be compatible with a common

base.

54 Unit shall be a combination of Fixed Temperature Element and Rate of rise

Element.

55 It must be approved by UL, FM, LPC, VdS, CNPP or a similar laboratory.

56 The rate of rise operation should be selectable between 15°F (8.3°C) per

minute or a 20°F (11.1°C) per minute.

57 Fixed Temperature setting should be entirely independent of the Rate of

rise operation and should operate at three different levels

58 All sensors should be low profile and have an earth bonding point on each

sensor base

59 Electronic components of the unit should be completely shielded to

protect against False Alarms due to EMI and RFI.

60

The detector should contain a functional test switch (magnetically

operated) that when operated, will test the electronics of the unit and put

it into the alarm state. Such testing should not actuate the auto

suppression system

61

The Fire alarm Panel should have a facility to integrate with FM-200 system

so as to release it in case of fire in a particular area after a preset time

delay, without the use of a separate Gas Release Panel

62 The bidder must provide 5 years onsite warranty with 98% uptime

9. Smoke detection system : Industry standard smoke detector system

10. Access Control system:

S.No Technical Specifications Compliance

1 The Access Control System shall be used to serve the objective of allowing

entry and exit to and from the premises / restricted areas within the

facility to authorized personnel only

2 Controlled Entries to defined access points

3 Controlled exits from defined access points

4 Controlled entries and exits for visitors.

5 Configurable system for user defined access policy for each access point

Page 47: Data Centre Tender

47

6 Record, report and archive each and every activity (permission granted and

/ or rejected) for each access point.

7 User defined reporting and log formats.

8 Fail safe operation in case of no-power condition and abnormal condition

such as fire, theft, intrusion, loss of access control, etc.

9 Day, Date, Time and duration based access rights shall be user configurable

for each access point and for each user.

10 One user can have different policy / access rights for different access

points.

11 It should be possible to use the access devices like biometrics, proximity

card readers, push buttons, manual switches, etc. in user defined

combination for any and all of the access points.

12 Access control system shall be designed and integrated with the access

gates / doors.

13 The system employed shall be based on combination of Proxy card

Readers (with PIN and without PIN) for the critical areas, and Proximity

Reader for less critical areas

14 System offered shall have minimum false denial of access. It shall not grant

the access to the unauthorized entity under any circumstances

15 System shall be compatible to the Proximity cards to be provided by the

Bidder.

16 System should have anti-pass back feature with time scheduling and zonal

access defined

17 The bidder shall design, engineer, supply/manufacture, install, configure,

integrate, commission and test the Access Control System at the doors,

indicated

18 The bidder shall provide enough quantity of proximity cards (for

authorized users and visitors) with identity information such as photo,

name, position, etc

19 Power supply system and battery back up as required shall be in the scope

of Bidder

20 Door position sensors shall be provided as required and shall be properly

integrated with the Door Controller System and Application Software

21 Application Software:

22

The application software shall mean the access & time management

software that shall be supplied together with the system in order to

provide a Graphical User Interface (GUI) for human – machine interface. It

shall be same for both biometric and Proximity

23 The software shall be capable of providing the required functionality as

mentioned above as a minimum

Page 48: Data Centre Tender

48

24 Door Controller

25 Suitable Door Controller system shall be provided.

26 The door controller system must be intelligent and capable of controlling

one doors having IN and OUT interface or 2 doors having only IN interface.

27 Bidder to ensure that single point of failure shall affect the corresponding

access door only.

28 The door controller system shall store in its memory all the system

parameters & card databases and shall be virtually independent of the

network server for its regular operations.

29 It shall also update the network server of the card entry / exit transaction

data with time & date stamp when the network is online.

30 If the network is off line, the door controller system shall store such data in

its internal memory & transfer the same to the server as and when it

comes back on line

31 Proximity Card Reader

32 The unit shall be capable of reading the card without physical contact.

33 The card reader shall only read the card data & pass it on to the door

controller system for validation.

34 The card reader, on its own may not take any decisions for granting /

denying the access.

35 Card reader shall have keypad for PIN facility.

36 Two-factor authentication is envisaged for entry to the access points.

37 Card reader shall have the indications for entry granted, entry denied and

reader fault.

38 Proximity Card Reader with Keypad

39 The unit shall be capable of reading the card without physical contact.

40 The card reader shall only read the card data & pass it on to the door

controller system for validation.

41 The card reader, on its own may not take any decisions for granting /

denying the access.

42 The Card Reader shall have a RED/GREEN Led Indication to highlight the

User Access.

43 The card Reader must be slim and capable of directly mounting on the

provided surface.

44 The card reader must be able to communicate with the controller

employing a RS232 Format.

Page 49: Data Centre Tender

49

45 The Card Reader will have a Keypad on the front facia for the PIN.

46 The PIN will be used for verification of the user along with the Card INPUT

47 Proximity Card

48 The proximity card shall mean the access card that is capable of being read

without a direct contact by the proximity card reader.

49 The Proximity card should be of ISO Thickness and employ 125 Khz for

Transmission.

50 The proximity card profile shall be designed and agreed with the Bidder

during the engineering stage.

51 All the cards issued for the various facilities shall have a common facility

code to allow inter operability of the cards from one access point to

another.

52 The card numbers shall be unique to each card & the systems at each

facility shall permit access only to select card numbers, based on the

programming

53 Electro Magnetic Locks

54 The Electro Magnetic Lock (EML) shall mean a locking mechanism that

works on the principle of electromagnetic attraction.

55 The EML shall be installed on single swing flush doors.

56 The door controller system shall control the EML.

57 The type and specification of the locks shall be in accordance with the door

design and specification and also door controller system.

58 The locks should be of sufficient strength to withstand forced attack to

open the door

59 Other devices such as Manual Switches, Push Buttons, and Mechanical

over – ride etc. As required and compatible with the overall system offered

by the bidder

60 Cables

61 As required and in accordance with the general specifications guidelines

provided in ‘Electrical Distribution System’ section and Product Parameters

defined hereunder

62 Door Controller System

63 Card Capacity – 9999

64 Number of Readers – 2

Page 50: Data Centre Tender

50

65 Door Control – 2 Door Unidirectional or 1 Door Bidirectional

66 Communication Port – RS-232, RS-485

67 Communication Speed – 9600 baud

68 System Password – 6 digits

69 Protection Password – 4 digits

70 Alarm Inputs - 3 Alarm Inputs

71 Alarm Outputs – 1 Alarm Outputs

72 LCD Display – 2 Lines, 8 Characters/line

73 Proximity Card Reader

74 Frequency – 125 KHZ

75 Read Range – 5 – 15 cm

76 Output Format – RS-232 Format

77 Proximity Card Reader with Keypad

78 Frequency – 125 KHZ

79 Read Range – 5 – 15 cm

80 PIN – 4 digit

81 Output Format – RS-232 Format

82 Network

83

127 Controllers must be able to connect through RS 485 type multi drop

network with peer-to-peer communication for transferring templates

enrolled in one unit to the other units on the same network.

84 PC Connectivity

85 RS 232 communications with PC software for comprehensive setup &

management utilities including taking back up of templates on a PC

86 Proximity Card

87 Frequency – 125 KHZ

Page 51: Data Centre Tender

51

88 Read Range – 5 – 15 cm

89 Power Source – only from reader no internal batteries

90 Electro Magnetic Locks

91 Application - Surface mount on single leaf, single swing doors

92 Holding force - minimum 200 Kg

93 Power consumption - 12VDC, 375 ma Max

94 Duty cycle Continuous – 100 changeovers

95 Data cables for controller & FPR networking

96 12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper

cable and it should be run in suitable conduits.

97 CAT 5 Cable for Data Transmission in Suitable Conduit

98 Data cables between controller & door

99 12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper

cable and it should be run in suitable conduits. CAT 5 Cable for Data

Transmission in Suitable Conduit

11. Surveillance System:

S.No Technical Specifications Compliance

A. General Specifications:

1 Data Centre surveillance offerings meet the needs of preventative

monitoring solution that provides the advance warning necessary to

prevent small issues from becoming big disasters, while increasing uptime,

product lifespan, and resource efficiency.

2 Data Centre surveillance offerings meet the needs of Active monitoring of

unsupervised, mission critical NIC data Centre and the systems working

there, to provide continuous business availability

3 Data Centre surveillance offerings meet the needs of Protections of NIC

Data Centre and its valuable contents, like IT equipment, from damage due

to water leaks, high or low temperatures, smoke or dust, humidity,

vandalism, theft, and many more dangerous environmental and physical

factors

4 Data Centre surveillance offerings meet the needs of monitoring all the

human movement area , racks aisle , emergency exit etc.

B. Surveillance equipment for passage , Noc & human moving areas.

Page 52: Data Centre Tender

52

1 The device installing in this area have houses the processor, memory, I/O,

and network connections. And it should acts as the centralized host for all

connected pods and add-on software applications. It should provides

threshold types such as rate-of-increase, rate-of-decrease, above-

maximum-toolong, and below-minimum-too-long for numeric sensors, and

error-value-too-long for door and dry contact sensors. Each sensor can

have more than one threshold, and each threshold can be assigned

different severities, allowing for custom crafted responses to different

levels of problems. andalsoT Linux-based

2 Alerts and sensor data can be posted to web servers using built-in HTTP

post support, or can be forwarded to other systems using FTP data delivery

3 Alerts are sent using e-mail, SNMP traps, or SMS/GSM

4 Web-accessible. View data using a web browser or the client Advanced

View application

5 Integrated 10/100 Mbps Ethernet network interface

6 Need to be a wall mounting equipment with mount bracket enables 360º

positioning

C. Surveillance equipment for passage , NOC & human moving areas - Specifications

1 Indicators : Device status, alert, network speed, and network activity LEDs.

2 Additional Camera pods : Supports up to 4 additional camera pods

(Camera Pod or CCTV Adapter Pod ).

3 Connectors : Ethernet: RJ-45 to Cat 5 network wiring. Serial: DB-9

receptacle. Power: Dual -5/3.3v vdc power brick. External Device

Connectors: 4 USB-A ports, 1PC Card slot.

4 Protocols : SSL, TCP/IP, HTTP, SMTP, SNMP, DHCP, DNS, Socks V4 or V5

Proxy server, GSM/SMS/GPRS.

5 Network Interfaces : Ethernet 10/100 Mbps standard, optional

802.11a/b/g, GSM/SMS, PPP modem.

6 Management Interface : Internet Explorer v 5.5 or later; Netscape

Navigator v 4.79, 6.0 or later; Mozilla 1.3 or later.

7 Operational Environment : Temperature: 2º to 50º C , Relative Humidity:

10% to 90% (no condensing)

8 Regulatory Certification : FCC Class A, CE, VCCI on system, UL on power

supply.

D. Audio/Video monitoring solution

1 A professional-quality audio/video monitoring solution, which provides

digital video and audio monitoring capabilities , combined with the built-in

imager, provides high-resolution 24-bit color video, while the integrated

microphone enables audio monitoring.

2 Its Image processor should generates 24-bit color images, up to 1280 x

1024 resolution and up to 30 frames per second

Page 53: Data Centre Tender

53

3 It should Integrated with a microphone plus a microphone jack, which

provides the ability to monitor and capture audio from either the location

in which the pod is installed or (using an external microphone) at another

point of interest

4 Speaker/headphone jack that can be used with powered speakers to

provide audio alert output

5 It should have Door Switch Sensor jack & Camera-based motion detection

6 Need to be a wall mounting equipment with mount bracket enables 360º

positioning

E. Audio/video monitoring solution

1 Imager : Image processor generates images up to 1280 x 1024 resolution,

24-bit color, and up to 30 fps.

2 Lens : 35ºW by 28ºH C-mount lens with included CS adapter (field of view

up to 64ºW x 53ºH, depending on imager mode and image resolution). Can

be replaced by any CS- or C-mount lens designed for use with a .5” or

larger imager.

3 External Connectors : Door switch sensor, external microphone jack, and

stereo headphone/powered speaker jack. (Magnetic door sensor

supplied.)

4 Camera Motion Sensing : Built in, region maskable, user-defined

sensitivity.

5 Indicators : Power on, audio recording activity.

6 Operational Environment : Temperature: 2º to 50º C , Relative Humidity:

10% to 90% (noncondensing)

F. Environment monitoring devices

1 This device must have integrated sensors for temperature, humidity, dew

point, airflow, and audio. Four PS2-style external sensor ports allow

attachment of external analog sensors, including Amp Detectors and

external temperature and humidity sensors. A wide variety of dry contact

sensors (such as glass break, vibration, smoke, and condensation sensors)

also can connect to these ports.

2 LEDs on the pod provide a visual indicator of the sensor status

3 Powered via USB: No additional power required for this device at its

installed point

G. Environment monitoring devices - Should measure

1 Temperature : Range: 2º to 50ºC. Accuracy: +/- 1ºC typical.

2 Relative Humidity : Range: 10% to 90% (non-condensing). Accuracy: +/-

5%RH.

3 Air Flow Rate : 0-1,000 Meters Per Minute (0-3,281 Feet Per Minute).

Audio : Built-in acoustic sensor detects audio above set level.

4 Indicators : Temperature out-of-limit, humidity out-of-limit, airflow out-of-

limit, sound detected, external sensor violation detected.

5 Operational Environment : Temperature: 2º to 50º C , Relative Humidity:

10% to 90% (noncondensing)

Page 54: Data Centre Tender

54

12. Data Center Lighting System:

S.No Technical Specifications Compliance

1 Lighting circuit wiring shall be laid in PVC conduit / Aluminum race ways

concealed in brick wall / cleated on ceiling using 2 nos. 2.5 sq. mm. PVC

copper wire & 1 no. 1.5 sq. mm PVC copper earth wire

2 The bidder shall carry out design, engineering, installation, wiring,

connections, testing and commissioning of the lighting system

3 Lighting fixtures & Point wiring shall be supplied, erected, connected and

tested as required in the entire Server/Datacenter Facility

4 Illumination level shall be maintained between 400 Lux in all

Server/Datacenter Area

5 2X36 W CFL Mirror Optics reflector, anti-glare ceiling/recessed mounted

light fixtures with CFL shall be used

6 The Bidder must provide 5 years onsite warranty with 99% uptime

13 . Anti Static flooring : Anti static paint to the flooring

14. Civil & Electrical Earthling :

S.No Technical Specifications Compliance

1

Customer scope shall be limited to providing power source (cable) at the

Service Provider point of supply. Further to this source, all requirements

shall be in Bidder’s scope.

2

The bidder shall design, engineer, supply/manufacture, test, erect, install,

connect, commission and site test the Electrical Distribution System for any

and all power requirements within the Server/Datacenter Facility.

3 All wiring shall be laid in powder coated MS conduits / Aluminum raceway

4

All power cables shall be PVC insulated type. All cables shall be armored

cable type except where flexibility required does not permit use of

armored cable

5 Electrical should have adequate provision for utility power points in each

and every area of the Server/Datacenter

6 Bidder shall design and implement anti- static EMI / RFI protection

arrangement, wherever necessary

7

This shall include, but not be limited to UPS, Lighting system, ACDB system

and input power to various sub systems of the Server/Datacenter.

8 Design, engineering, supply, section, wiring, commissioning and testing of

server racks are in the Bidder’s scope.

Page 55: Data Centre Tender

55

9 Bidder shall design the electrical system considering the various loads it

has to cater to.

10 The technical specifications and the scope for various items provided

herein need to be verified by the Bidder.

11

Bidder’s scope shall include end to end system that is designed and

implemented according to various applicable standards / regulations and

meets total requirement for the Server/Datacenter Facility

12

Final quantities for cables, wires, casing and capping shall be based on

actual consumption measured at the time of commissioning and

acceptance

13 Earthing system required to be specified by the bidder, shall be in

customer scope

Specs for Civil

14 All civil works pertaining to data center including partition, glass view, fire

proof doors to be included

15 False ceiling in bidder’s scope

Page 56: Data Centre Tender

56

Annexure – 06

National Institute of Technology

Warangal – 506 004

Phone: +91 870 2459191 Fax: +91 870 2459 547

INSTRUCTIONS TO BIDDERS

Due date and time of submission of bids : 10th March 2010 at 10.30 AM

Due date and time of opening of Technical Bids : 10th March 2010 at 11.00 AM

Due date and time of opening of Price Bids : 10th March 2010 at 11.00 AM

------------------------------------------------------------------------------------------------------

The instructions given below must be read very carefully, as failure in compliance with

any of these may render the offer liable for rejection. If a bidder has any doubt about

the meaning of any stipulation herein, General Purchase Condition, specification of

materials or any other enclosed document, he should immediately obtain the

clarification/ information in writing from Director, NIT Warangal- 506 004

1. Earnest Money Deposit (EMD)

1.1. Offers must accompany EMD for an amount of Rs. 3,00,000/-(Rupees Three

Lakhs Only) by way of DD/Pay Order/Banker’s cheque, in the name of Director,

NIT Warangal at any of the Nationalized bank branches situated in Warangal.

1.2. Submission of EMD in any other form shall not be considered and shall be

treated as disqualification.

1.3. The EMD shall be forfeited, if

i) Bidder withdraws the bid before expiry of its validity.

ii) Successful bidder does not accept the order/LOI or fails to enter into a

contract within validity period of offer.

iii) Successful bidder fails to furnish Security Deposit within 30 days from the

date of issue of P.O./ LOI

1.4. The fact of having enclosed the EMD, in requisite forms as indicated in 1.1 shall

clearly be superscribed on the sealed envelope. Failing which they are liable to

be disqualified.

1.5. The EMD of unsuccessful bidders shall be returned to them, as soon as purchase

decision against the tender is taken.

2. Acceptance of NITW Payment Terms

The standard payment terms shall be

i) Within the Contractual delivery period: 90% of the all inclusive price of the

materials will be paid on receipt and acceptance of the material in good

condition, installation and commissioning of the equipment supplied at site

against furnishing of Bank Guarantee for 10% value of the contract covering

the guarantee period and the balance 10% will be paid after 90 days thereafter

and after completion of the delivery formalities.

ii) Beyond the contractual delivery period: 80% of the all inclusive price of the

materials will be paid on receipt and acceptance of the material in good condition,

installation and commissioning of the equipment supplied at site against furnishing of

Bank Guarantee for 10% value of the contract covering the Guarantee period and balance

Page 57: Data Centre Tender

57

20% after 90 days thereafter subject to effective performance of the contract and

settlement of liquidated damages etc.

3. Price Basis

The prices quoted shall be on FOR DESTINATION basis as per annexure-04, and also

shall include:

(a) Transit Insurance:

(b) All Taxes, Duties and Levies.

4. Cost Compensation for Deviation:

Deviations specifically declared by the bidders in respective Deviation Schedules of Bid

Proposal Sheets only will be taken into account for the purpose of evaluation. The

bidders are required to declare the prices for the withdrawal of the deviations declared

by them in the Deviation Schedules. Such prices declared by the bidders for the

withdrawal of the deviations in the Deviation Schedule shall be added to the bid prices

to compensate for these deviations. In case prices for the withdrawal of deviations not

furnished by the bidder, the owner shall convert such deviations into a Rupee value

and add to the bid price to compensate for these. In determining the Rupee Value of

the deviations, the owner will use parameters consistent with those specified in the

specifications and documents and/ or other information as necessary and available

with NITW. In case the bidder refuses to withdraw the deviations at the cost of

withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder shall

be forfeited. Bidder may note that deviation variations and additional conditions etc.

found elsewhere in the bid other than those stated in the Deviation schedules, save

those pertaining to any rebates, shall not be given effect to in evaluation and it will be

assumed that the bidder complies with all the conditions of Bidding Documents. In

case bidder refuses to withdraw, without any cost to NITW, those deviations, which

the bidder did not state in the Deviation Schedules, the EMD of the bidder may be

forfeited.

5. Offers should strictly be in conformity with specifications/ drawings/ samples as

stipulated in the enquiry. In case no deviations are indicated, it shall be taken for

granted that item (s) has/ have been offered strictly as per the requirements given in

the enquiry.

6. Delivery

6.1 Delivery Schedule

The Supply, Installation, and Commissioning of the material: The bidder shall

offer his best, realistic and firm delivery, which shall be specific and guaranteed.

Delivery period shall be reckoned from the date of LOI/P.O. whichever is the first

intimation of acceptance of bidder’s offer. Final date of delivery shall be evidenced by

date of dispatch of materials as per transporter’s Lorry Receipt/ Goods Receipt/ RR/

PWB/ AWB. In case stage inspection or pre- dispatch inspection is involved, the bidder

shall take into account 15 days notice to NITW to depute Inspection Engineer. In view

of this, delivery time shall be inclusive of time taken for inspection. For delivery

beyond contractual delivery period, provisions of ‘General Purchase Conditions’ shall

apply.

Page 58: Data Centre Tender

58

6.2. Early Delivery:

It shall be noted that if an order is placed on higher bidder, in preference to lowest

acceptable offer, in consideration of an earlier delivery, the bidder shall be liable to

the NITW, the difference between the ordered rate (s) and the rate (s) quoted by the

lowest acceptable bidder in case the bidder fails to complete the supply in terms of

such order within the date (s) of delivery specified in the tender and incorporated in

the order. This is without prejudice to other right under terms of order.

7. It is not binding on NITW to accept the lowest or any bid. NITW reserves the right to

place orders for individual items with different bidders and to revise the quantities at

the time of placing the order. The quoted rates, terms and conditions shall apply. The

order for the materials may also be split up between different bidders to facilitate

quick delivery of critically required materials. NITW further reserves the right to

accept or reject any/ all bids without assigning any reasons thereof.

8. NITW at its sole discretion unilaterally may change the quantities to the extent of

±20% as indicated in tender enquiry. The successful bidder shall be bound to supply

these quantities on the same rate and terms and conditions.

9. Bidders are requested to fill in the enclosed proforma for Terms and Conditions

(Annexure-08) and submit the same along with their offer.

10. Orders placed against this tender enquiry shall be subject to ‘General Purchase

Conditions’ of NITW, a copy of which is enclosed. Bidders are requested to confirm

acceptance in Toto in their offer.

11. Make/Brand of items offered shall be specified failing which offers are liable to be

rejected. It shall be appreciated if one copy of detailed descriptive literature/

pamphlets shall be enclosed along with the offer which may help technical evaluation.

12. In case material offered is ISI marked/tested at any Govt. recognized test house;

copies of relevant certificate shall be furnished along with the offer.

13. Test certificate of manufacturer/ Govt. Test House shall be submitted if so stipulated.

14. If the bidder is on DGS&D Rate Contract for item (s) covered in tender enquiry. A

copy of the same shall be enclosed along with the offer. SSI /NSIC units shall furnish

a copy of registration certificate.

Page 59: Data Centre Tender

59

Annexure – 07

National Institute of Technology

Warangal – 506 004

GENERAL PURCHASE CONDITIONS

SECTION- I GENERAL

The following terms and expressions used herein shall have the meaning as

indicated therein:

Supplier/ Vendors – shall mean the individual firm or company whether

incorporated or otherwise in whose name this purchase order is addressed and

shall include its permitted assigns and successors.

Purchaser – shall mean National Institute of Technology, Warangal

Reference: This purchase order number must appear on all the correspondence,

packing slips, invoices, drawings or any other document or paper connected

with this purchase order.

Waiver: Any waiver by the authority of any breach of the terms and conditions

of the purchase order shall not constitute any right for subsequent waiver of

any other terms or conditions.

Sub-letting and Assignment: The supplier shall not, save with prior consent in

writing of the NITW, sublet, transfer or assign this order or any part thereof or

interest therein or benefit or advantage thereof in any manner, whatsoever.

Nevertheless that any such consent shall not relieve the supplier from any

obligation, duty or responsibilities under the contract.

Information provided by NITW: All drawings, data and documentation that are

given to the supplier by the NITW for the execution of the order are the

property of the NITW and shall be returned back when demanded. Except for

the purpose of executing the order of the NITW, supplier shall ensure that the

above documents are not used for any other purpose. The supplier shall further

ensure that the information given by the NITW is not disclosed to any person,

firm, body, corporate and/or authority and make every effort that the above

information is kept confidential. All such information shall remain the absolute

property of the NITW.

1.5 Supplier’s Liability: Supplier hereby accepts full responsibility and indemnifies the

NITW and shall hold the NITW harmless from all acts of omission and commission on

the part of the supplier, his agents, his subcontractors and employees in execution of

the purchase order. The supplier also agrees to defend and hereby undertakes to

indemnify the NITW and also hold it harmless from any and all claims for injury to or

death of any and all persons including but not limited to employees and for damage

to the property arising out of or in connection with the performance of the work under

the purchase order.

Page 60: Data Centre Tender

60

1.6 Access to supplier’s Premises: The NITW and / or its authorized representative shall

be provided access to suppliers and / or his sub-contractor’s premises, at any time

during the pendency of the purchase order, for expediting the supplies, inspection,

checking etc.

1.7 Addition/ Alterations/ Modifications: The NITW reserves the right to make

additions/alterations/ modifications to the number of participants to be trained after

issue of work order to the successful Tenderer. The Firm should train such

participants also at the same rate as originally agreed to and incorporated in the work

order to be placed on the successful Tenderer. The variation shall, however, be

limited to ± 20% of the ordered quantity.

1.8 Modifications: This purchase order constitutes an entire agreement between the

parties hereto. Any modification to this order shall become binding only upon the

same being confirmed in writing duly signed by both the parties.

1.9 Inspection/checking/testing: All materials/ equipment to be supplied against this

purchase order shall be subject to inspection/ checking/ testing by the NITW or its

authorized representative at all stages and places, before, during and after the

manufacture. All these tests shall be carried out in the presence of authorized

representative of the NITW. Supplier shall notify the NITW for the inspection of

materials/ equipment when they are ready, giving at least 10 days notice. If upon

receipt at our Stores, the material/equipment does not meet the specifications, they

shall be rejected and returned to the supplier for repair/modification etc. or for

replacement. In such cases all expenses including to- and- fro freight, re-packing

charges, transit insurance etc shall be to the account of supplier. Inspection by the

authorized representative of the NITW or failure of the NITW to inspect the

material/equipment shall not relieve the supplier of any responsibility or liability

under this purchase order in respect of such material/ equipment not be interpreted

in anyway to imply acceptance thereof by the NITW. Whenever specifically asked for

by the NITW, the supplier shall arrange for inspection/testing by Institutional

Agencies such as Lloyds Register of Industrial Services, Boiler Inspectorate, RITES etc

In such cases vendor shall adhere to the inspection/ testing procedures laid down by

such agencies. All expenses including inspection fees shall be to the suppliers account

unless agreed to the contrary and specified in the purchase order.

1.10 Packing and Marking: All materials/equipment shall be securely packed to the

requirements of transportation by Rail/ Road/ Sea transport. All exposed services/

connections/, protrusions shall be properly protected. All unexposed part shall be

packed with due care and the packages should bear the words’ handle with care’. The

packing requirements of Rail/ Road transport shall be complied with so as to obtain

clear Railway Receipt/ Lorry Receipt i.e. without any qualifying remarks. All packages

and unpacked materials shall be marked with the name of Consignor, Consignee,

Purchase order No., gross and Net weight, sign of handling, if any, with indelible paint

in English at least at two places. In case of bundles, metallic plates marked with the

above details shall be tagged with such bundles.

1.11 Dispatch of Materials: The supplier is responsible for the safe delivery of the goods

in good condition at destination stores. The supplier should acquaint himself of the

conditions obtaining for handling and transport of the goods to destination and shall

include and provide for security and protective packing of the goods so as to avoid

damage in transit. After packing the materials/ equipment those shall be dispatched

Page 61: Data Centre Tender

61

strictly as per the provision of purchase order. In case any changes in the mode of

transportation and/or transporter has to be done, the same shall be done only after

obtaining prior approval in writing failing which documents for advance payment

through bank shall not be honored. Normally the goods shall be dispatched through

our approved transporter only as indicated in the purchase order. All formalities

related to allotment of wagons, loading permission from Railways shall be

completed by the supplier. The supplier shall communicate immediately the dispatch

details to the consignee as specified in the purchase order. The Original dispatch

documents either directly or through bank shall be forwarded immediately, failing

which the supplier shall be responsible for any delay in payment and consequential

payments of demurrage and wharfage to the transporter.

1.12 Demurrage/Wharfage: If the documents are routed through Bank, any

consequential charges i.e. demurrage/ wharfage charges, due to late retirement of

documents on account of (i) violation of inspection clause i.e. dispatch of materials

without pre-dispatch inspection whereas Pre-dispatch inspection is required as per

the condition of P.O. (ii) materials dispatch after expiry of delivery period without

obtaining approval in advance for extension of delivery period (ii) dispatch of

materials not through authorized transporter as indicated in the P.O. (iv) late

receipt of invoice or due to violation of any other clause (s) of the purchase order,

will be to supplier’s account. Supplier shall also be responsible for all such payments

due to late receipt of RR/LR and other documents.

1.13 Jurisdiction: All and any disputes or difference arising out of or touching this order

shall be decided only by the Courts or Tribunals situated in Warangal. For the

purpose of any legal obstruction, the material, spares etc., should be deemed to

pass into company’s owner ship only at the destination stores where they are

delivered and accepted.

1.14 Validity of offers: The offers shall be valid for a period of 120 days from the date of

opening of bids. The period of validity cannot be counted from any other date other

than the date of opening the bids. During this period bidder shall not be permitted to

withdraw or vary their offers, once made and if they do so, the EMD shall be forfeited

SECTION – 2 FINANCIAL

2.1. Prices:

Prices quoted shall be inclusive of all taxes and firm till completion of the programme.

2.2. Security Deposit (SD)

2.2.1. The successful bidder shall furnish within one month from the date of issue of LOI/ PO

(if the value of order is above Rs. 1,00,000) security deposit equal to 2.5% of value of

purchase order for proper fulfillment of the terms and conditions of the contract and

full execution of supplies thereof. The amount of security shall be forfeited to the

extent of financial loss suffered by the NITW, if supplier fails to execute the order and

fulfill its terms and conditions.

2.2.2. SSI/ NSIC Units shall be exempted from payment of SD.

Page 62: Data Centre Tender

62

2.2.3. Security deposit may be furnished by Demand Draft drawn on any scheduled bank,

payable to NITW or bank guarantee from any scheduled bank in prescribed proforma

which shall be furnished along with purchase order (Bank guarantee shall be accepted

only if amount of SD is above Rs. 10,000)

2.2.4. Security deposit shall be returned back to the supplier as soon as order is fully executed and supplier has met all contractual obligations and there is nothing

outstanding either against this purchase order or any other purchase order placed by

the NITW on the supplier.

2.3. Terms of Payment:

i) Within the Contractual delivery period: 90% of the all inclusive price of the

materials will be paid on receipt and acceptance of the material in good

condition, installation and commissioning of the equipment supplied at site

against furnishing of Bank Guarantee as stated in Annexure - 10 and 11 for 10%

value of the contract covering the guarantee period and the balance 10% will be

paid after 90 days thereafter and after completion of the delivery formalities.

ii) Beyond the contractual delivery period: 80% of the all inclusive price of the

materials will be paid on receipt and acceptance of the material in good

condition at site, installation and commissioning of the equipment supplied

against furnishing of Bank Guarantee as stated in Annexure - 10 and 11 for 10%

value of the contract covering the Guarantee period and balance 20% after 90

days thereafter subject to effective performance of the contract and settlement

of liquidated damages etc.

2.3.1 Payments shall be made through Account Payee cheque only. Bank charges if any

shall be borne by the supplier.

2.3.2 If the Firm has received any over payments by mistake or if any amounts are due

to the NITW due to any other reasons, when it is not possible to recover such

amount under the contract resulting out of this order the NITW reserves the right

to collect the same from any other amounts and/ or Bank Guarantee given by the

supplier due to or with the NITW.

2.4 Liquidated Damages/ Failure and Termination:

2.4.1 In the event of any delay in the supply of Material beyond the stipulated date or any

delay in supply of material beyond the stipulated date of completion schedule

including any extension permitted in writing, the NITW reserves the right to recover

from the supplier a sum equivalent to 0.5% of the value of delayed

materials/equipment for each week of delay and part thereof subject to a maximum of

5% of the total value of the order.

2.4.2 Alternatively, the NITW may resort to give the contract elsewhere at the sole risk and

cost of the supplier and recover all such extra cost incurred by the NITW in procuring

the materials by above procedure.

2.4.3 Alternatively NITW may cancel the Purchase Order completely or partly without

prejudice to its right under the alternatives mentioned above.

2.4.4 In case of recourse to alternative 2.4.2 and 2.4.3. above, the NITW shall have the

right to repurchase the materials which is readily available in the market to meet the

urgency of requirements caused by supplier’s failure to comply with the scheduled

Page 63: Data Centre Tender

63

delivery period irrespective of the fact whether the material/ equipment are similar or

not.

2.4.5 Delivery Schedule:

Time is essence of this order and no delay shall be allowed in the delivery time/

delivery schedule mentioned in the purchase order. Delivery of equipment/materials

described shall be deemed to constitute acceptance of this order and terms and

conditions by the supplier at the price specified.

2.4.6 Early Delivery:

It shall be noted that your assurance of earlier delivery, this order is being placed on

you, in preference to the lowest acceptable bid (s). In the event of failure to complete

supplies against this order within the date of delivery specified herein you would be

liable to pay to the NITW, the difference between ordered rates and those of lowest

acceptable bid, not withstanding the fact that delay in supply may have been caused

by force majeure. This is without prejudice to the right of NITW to recover all other

losses and damages resulting from delayed supplies, including right of cancellation of

order.

2.5 Performance Bank Guarantee:

The supplier shall ensure that all materials/equipment under this purchase order shall

conform to NITW’s requirements and specifications. An additional security in the form

of Performance Bank Guarantee is essential for satisfactory performance of the

equipment over a period of time. In view of this, suppliers of equipment/instruments/

machinery shall be required to furnish a Bank Guarantee (10% of order value) as

follows against any manufacturing defects/ poor workmanship/poor performance. In

case any deficiencies are found during this period, the same shall be

repaired/rectified/replaced free of cost. Bank Guarantee shall be from any Scheduled

Bank or any other bank as approved by NITW from time to time in the prescribed

Performa (Annexure-11)

Bank Guarantee for 10% of the order value with validity up to 36

months from the date of installation.

The NITW shall at its discretion have recourse to the said bank guarantee for

recovery of any or all amount due from, the supplier in connection with the

purchase order including of guarantee obligations. Checking/approval of supplier’s

drawings, inspection and acceptance of materials/equipment furnishing to effect

shipment and/or work done by erection, installation and commissioning of the

equipment by NITW or any other agency on behalf of the NITW shall not in way

relieve the supplier from the responsibility for proper performance during the

guarantee period.

2.6 Insurance:

Supplier shall arrange suitable insurance cover at their risk and cost.

2.7 Removal of Rejected Goods and Replacement:

Page 64: Data Centre Tender

64

a) If upon delivery, the material/equipment is found not in conformity with the

specifications stipulated in the purchase order, whether inspected and approved

earlier or otherwise, those shall be unacceptable to the NITW or its authorized

representative. A notification to this effect shall be issued to the supplier,

normally within 30 days from the date of receipt of materials at our Stores.

b) Supplier shall arrange suitable replacement supplies and remove the rejected

goods within 30 days from the date of notification failing which, the goods shall

be dispatched to vendor by road transport on ‘freight to pay basis’ at supplier

risk and cost.

c) External damages or shortages that are prima-facie the results of rough

handling in transit or due to defective packing shall be intimated within a

fortnight of the receipt of the materials, spares etc. In case of internal defects,

damage or shortages or any internal parts, which cannot ordinarily be detected

on a superficial visual examination, though due to bad handling in transit or

defective packing should be intimated within 3 months from the date of receipt

of these articles. In either case the damaged or defective materials should be

replaced by the supplier free of cost to the company.

d) If no steps are taken within 15 days of receipt of intimation of defects or such

other reasonable time as company may deem proper to afford, the company

may without prejudice to its other rights and remedies arrange for

repairs/rectification of the defective materials or replace the same and recover

the expenditure incurred from the deposits such as EMD, SD and performance

guarantees or other monies available with the company or by resorting to legal

action.

e) However, if any advance payment had been made by the NITW for the goods so

rejected on technical ground, rejected materials shall be returned to supplier

after receipt of suitable replacement supplies. If the supplier does not settle the

rejection within a period of 60 days from the date of notification from stores,

rejected goods shall be sent back to supplier at his risk and cost. The despatch

documents shall be negotiated through bank to recover the advance payment

already made. Supplier shall make the payment to the bank and take

possession of dispatch documents so as to collect the materials from the Road

Carrier.

2.8 Force Majeure: 2.8.1 The supplier shall not be liable for delay or failing to supply the of equipment for

reasons of Force Majeure such as Act of God, Act of War, Act of Public Enemy,

Natural calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes

which have duration of more than 7 days shall be considered for force majeure.

2.8.2 The vendors shall within 10 days from the beginning of such delay notify to the

NITW in writing the cause of delay. The NITW shall verify the facts and grant such

extension of time as facts justify.

2.8.3 No price variation shall be allowed during the period of force majeure and

liquidated damages would not be levied for this period.

2.8.4 At the option of NITW, the order may be cancelled. Such cancellation, would be

without any liability whatsoever on the part of the NITW. In event of such

cancellation, supplier shall refund any amount advanced or paid to him by the

NITW and deliver back any materials issued to him by the NITW and release

facilities, if any provided by the NITW.

Page 65: Data Centre Tender

65

Annexure –08

National Institute of Technology

Warangal – 506 004

Terms and Conditions

Bidders are requested to fill in the blank space and send the same along with offer in

duplicate otherwise their offer will be either treated as non-responsive or suitable cost

compensated for deficiencies as deemed fit by the NITW.

01. Tender Enquiry No., date and due date : ________________________

02. Offer/Tender No. & Date : ________________________

03. Name of the bidder : ________________________

04. Central/State Sales Tax Registration No. : ________________________

05. DGS&D’s Registration No., if any : ________________________

(Please enclose copy of rate contract, if any)

06. NSIC/SSI Registration No., if any : ________________________

(Copy of certificate to be enclosed)

07. Price Basis (F.O.R.) : ________________________

08. Discount, if any : Not Applicable.

09. Packing and forwarding charges

(If price basis ex-works) : Inclusive

10. Excise Duty

(if exempted, copy of certificate) : Inclusive

11. Sales Tax : Inclusive

12. Freight charges : Inclusive

13. Terms of payment. : As per NITW payment terms

14. Bank charges : To be borne by supplier.

15. Delivery Period : As per Annexure –02

16 Earnest Money Deposit Details : As per clause no. 1.1 of Annexure-06

(If permanent EMD deposited, indicate Certificate No.)

17. Confirmation of submission of Performance bank

Guarantee for 10% of order value

Page 66: Data Centre Tender

66

18. Guarantee Period : As per Annexure-02

We Confirm acceptance towards the following:

(i). Transit Insurance: We shall arrange suitable insurance cover at our risk and cost.

(ii). Validity of offer: 120 days from the date of opening of Commercial bids

(iii) Recovery of liquidated Damages: In case of delay in

Execution of order beyond stipulated delivery liquidated Damages period,

NITW reserves the right to recover from the vendor Liquidated Damages

equivalent to 0.5% of the value of delayed materials for each week or part

thereof subject to maximum of 5% of total value of Purchase Order.

(iv) Part order: Against any single item is not acceptable.

(v) Price Variation: The prices quoted shall remain firm till execution of full order (in

case of any specific price variation formula the same shall be mentioned)

(vi) Rate Certificate: It is certified that prices quoted herein are the same as

applicable to other Government Departments/ Public Sector Undertakings.

(vii). Guarantee Certificate : As per Annexure –02.

Page 67: Data Centre Tender

67

Annexure -09

National Institute of Technology

Warangal – 506 004

DEVIATIONS

Bidder’s Name and Address

To The Director,

National Institute of Technology

Warangal – 506 004.

Dear Sirs,

Sub:- Supply of ____________________________________against enquiry/NIT

No.___________________ dated________________.

***

We confirm that following are the only deviations and variations from

any exception to specifications and tender documents for the above

mentioned subject supplies against enquiry/NIT No.________ which are

irrespective of what-so-ever has been stated to the contrary anywhere else

of our offer. These deviations and variations are exhaustive. Except for these

deviations, the entire supplies shall be executed as per specifications and

tender documents. Further, we agree those additional conditions, if any,

found in our offer other than those stated below, save that pertaining to any

rebates offered shall not be given effect to.

_______________________________________________________________________

SL.No. Description of Deviation Ref. of page, Clause *Monetary Implications of the conditions of

bid documents in case of withdrawal

Rs. (in figures) Rs. (in words)

__________________________________________________________________________

*Note: Here the tenderer should indicate the amount of money, if any, which he would,

charge extra (i.e. in addition to the rates quoted by him) for withdrawal of his

conditions/deviations and accepting the condition as stipulated in tender documents. (Use

additional sheet of the same size and format if necessary).

Signature: ___________________________

Designation:

Page 68: Data Centre Tender

68

Annexure –10.

National Institute of Technology

Warangal – 506 004

Guide-lines for Submission of Bank Guarantee towards EMD/Performance

Security/ Security Deposit

The Bank Guarantee shall fulfill the following conditions failing which it shall not be

considered valid:

1. Bank Guarantee shall be executed on non-judicial stamp paper of applicable value

purchased in the name of bank.

2. Non-judicial stamp paper shall be used within 6 months from the date of purchase.

Bank Guarantee executed on the stamp paper of more than 6 months old shall be

treated as invalid.

3. The contents of the Bank Guarantee shall be as per our proforma (Annexure- 11).

4. The Bank Guarantee should be executed by a scheduled bank

5. The executor of Bank Guarantee (Bank Authority) should mention the Power of

Attorney No. and date executed in his/her favour authorizing him/her to sign the

document or produce the Photostat copy of Power of Attorney.

6. All conditions, corrections, deletion in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee.

7. Each page of Bank Guarantee shall bear signature and seal of the Bank.

8. Two persons should sign as witnesses mentioning their full name and address.

Page 69: Data Centre Tender

69

Annexure –11

National Institute of Technology

Warangal – 506 004

BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY

This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/-

Whereas the …………………… here-in-after called (The Bidder) has submitted their bid

dated………………………….for the supply of…………………………….. (Here-in-after called “the

Bid”)……………………… KNOW ALL MEN by these presents that

we……………………………………………………………………………. (Hereinafter called “the Bank”) are bound unto

Director, NIT, Warangal. Hereinafter called “the purchaser”) in the sum of Rs………

…………………………………… for which payment will and truly to be made to the said purchaser, the bank

binds itself, its successors and assigns by these presents. Sealed with the common Seal of the said Bank

this ……………………………………….day of…………………………200

We undertake to pay to the purchaser the above amount within one week upon receipt

of its first written demand without the purchaser having to substantiate his demand,

without referring to the supplier and without questioning the right of NITW to make

such demand or the propriety or legality of the demand provided that in its demand the

purchaser will note that the amount claimed by it is due to it owing to any of the

occurrence of the above mentioned conditions, specifying the occurred condition or

conditions.

Notwithstanding anything contained in the foregoing our liability under this guarantee is

restricted to Rs._____________ (Rupees___________________________________

only). Our guarantee shall remain in force until __________. Unless a claim within 3

months from that date, all your rights under this guarantee shall be forfeited and we

shall be relieved and discharged from all liability hereunder.

We _________________________ Bank Limited lastly undertake not to revoke this

guarantee during its currency except with the previous consent of NITW in writing.

Date the ________________Day ___________200 for ___________Bank Ltd.,

Signature: Designation: Address: Seal:

Note: The Bank Guarantee shall be valid for a period of 270 days from the date of opening of pre-

qualification / Technical Bid for EMD (or) date of P.O for Security deposit (or) date of

commissioning for performance security, with a claim period of 3 months.