draft rfp for selecting agency for establishment and...

265
Draft RFP for Selecting Agency for Establishment and Maintenance of Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan Page 1 of 265 RFP for Selecting Agency for Establishment and Maintenance of Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan Mode of Bid Submission Online though eProcurement/ eTendering system at http://eproc.rajasthan.gov.in Procuring Authority Technical Director, DoIT&C, Second Floor, IT Building, Yojana Bhawan Campus, Tilak Marg, C- Scheme, Jaipur (Rajasthan) Date & Time of Pre-bid meeting 10-07-2017 at 12:00Noon Last Date & Time of Submission of Bid 08-08-2017 at 03:00 PM Date & Time of Opening of Technical Bid 09-08-2017 at 02:00 PM Bidding Document Fee: Rs. 10,000 (Rupees Ten Thousand only) Name of the Bidding Company/ Firm: Contact Person(Authorised Bid Signatory): Correspondence Address: Mobile No. Telephone & Fax Nos.: Website & E-Mail: Department of Information Technology &Communications (DoIT&C) 2ndFloor, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan) Phone: 0141-2224855Fax: 0141-2222011 Web: http://doitc.rajasthan.gov.in, Email: [email protected]

Upload: others

Post on 31-Aug-2019

15 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance

of Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 1 of 265

RFP for Selecting Agency for Establishment and Maintenance of Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Mode of Bid Submission Online though eProcurement/ eTendering system at http://eproc.rajasthan.gov.in

Procuring Authority Technical Director, DoIT&C, Second Floor, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)

Date & Time of Pre-bid meeting 10-07-2017 at 12:00Noon

Last Date & Time of Submission of Bid 08-08-2017 at 03:00 PM

Date & Time of Opening of Technical Bid 09-08-2017 at 02:00 PM

Bidding Document Fee: Rs. 10,000 (Rupees Ten Thousand only)

Name of the Bidding Company/ Firm:

Contact Person(Authorised Bid Signatory):

Correspondence Address:

Mobile No. Telephone & Fax Nos.:

Website & E-Mail:

Department of Information Technology &Communications (DoIT&C) 2ndFloor, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)

Phone: 0141-2224855Fax: 0141-2222011 Web: http://doitc.rajasthan.gov.in, Email: [email protected]

Page 2: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 2 of 265

Contents

CONTENTS 2

ABBREVIATIONS & DEFINITIONS 7

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) 10

2. PROJECT PROFILE &BACKGROUND INFORMATION 12

3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA 14

4. SCOPE OF WORK, DELIVERABLES & TIMELINES 17

1) Details of work (SoW) 17

2) Roles & Responsibilities of Stakeholders 23

5. INSTRUCTION TO BIDDERS (ITB) 24

1) Sale of Bidding/ Tender Documents 24

2) Pre-bid Meeting/ Clarifications 24

3) Changes in the Bidding Document 24

4) Period of Validity of Bids 24

5) Format and Signing of Bids 25

6) Cost & Language of Bidding 26

7) Alternative/ Multiple Bids 26

8) Bid Security 26

9) Deadline for the submission of Bids 27

10) Withdrawal, Substitution, and Modification of Bids 27

11) Opening of Bids 27

12) Selection Method: 28

13) Clarification of Bids 28

14) Verification of Eligibility Documents by DoIT&C 28

15) Evaluation & Tabulation of Technical Bids 29

16) Evaluation & Tabulation of Financial Bids 30

17) Correction of Arithmetic Errors in Financial Bids 30

18) Comparison of rates of firms outside and those in Rajasthan 31

19) Registration with Commercial Tax Department in Rajasthan, Should consider the GST 31

20) Price/ purchase preference in evaluation 31

21) Negotiations 31

22) Exclusion of Bids/ Disqualification 32

23) Lack of competition 32

24) Acceptance of the successful Bid and award of contract 32

25) Information and publication of award 33

26) Procuring entity’s right to accept or reject any or all Bids 33

27) Right to Vary Quantity and Repeat Orders 33

28) Rate Analysis for Items Not Given in BoQ, But May Require at Site 34

Page 3: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 3 of 265

28) Performance Security 34

29) Execution of agreement 35

30) Confidentiality 35

31) Cancellation of procurement process 35

32) Code of Integrity for Bidders 36

33) Conflict of Interest 37

34) Interference with Procurement Process 37

35) Appeals 37

36) Stay of procurement proceedings 38

37) Vexatious Appeals & Complaints 38

38) Offenses by Firms/ Companies 38

39) Debarment from Bidding 39

40) Monitoring of Contract 39

6. GENERAL TERMS AND CONDITIONS OF TENDER &CONTRACT 41

Definitions 41

1) Contract Documents 41

2) Interpretation 41

3) Language 42

4) Eligible Goods and Related Services 42

5) Notices 42

6) Service of Notices Documents & Orders 42

7) Governing Law 43

8) Scope of Supply 43

9) Delivery & Installation 43

10) Supplier’s/ Selected Bidder’s Responsibilities 43

11) Purchaser’s Responsibilities 43

12) Contract Price 44

13) Recoveries from Supplier/ Selected Bidder 44

14) Taxes & Duties 44

15) Copyright 44

16) Confidential Information 44

17) Sub-contracting 45

18) Specifications and Standards 45

19) Packing and Documents 46

20) Insurance 46

21) Transportation 46

22) Inspection 46

23) Samples 47

24) Drawl of Samples 47

Page 4: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 4 of 265

25) Testing charges 47

26) Rejection 47

27) Extension in Delivery Period and Liquidated Damages (LD) 48

28) Authenticity of Equipment 49

29) Warranty 49

30) Maintenance Contract 50

31) Patent Indemnity 50

32) Limitation of Liability 51

33) Force Majeure 51

34) Change Orders and Contract Amendments 52

35) Termination 52

a) Termination for Default 52

b) Termination for Insolvency 53

c) Termination for Convenience (Applicable for O & M period Only) 53

36) Exit Management 53

37) Settlement of Disputes 55

7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT 57

1) Milestones / Timelines of Project 57

2) Payment Terms and Schedule 57

3) Service Level Standards/ Requirements/ Agreement 59

4) Change Requests/ Management 66

Table – Severity Factor of the Items 67

ANNEXURE-1: DETAILED SCOPE OF WORK FOR DESIGN, BUILD AND GO-LIVE OF DISASTER RECOVERY

(DR) SITE 68

ANNEXURE-2: TECHNICAL SPECIFICATIONS 79

CIVIL AND INTERIOR WORK 79

FURNITURE AND FIXTURE 82

PARTITIONS 83

ELECTRICAL WORK FOR SDC 84

TRANSFORMER – TECHNICAL SPECIFICATION 85

BUS DUCT SPECIFICATION PROPOSED BETWEEN TRANSFORMER, DG SET TO LT PANEL 89

HT PANEL – TECHNICAL SPECIFICATION 94

LT PANELS – TECHNICAL SPECIFCATION 101

3 PHASE UPS SYSTEM- TECHNICAL SPECIFICATION 115

COOLING SYSTEM FOR SERVER FARM AREA – TECHNICAL SPECIFICATION 132

COMFORT AIR-CONDITIONING SYSTEM –TECHNICAL SPECIFICATION 134

750KVA PRIME CONTINUOUS D.G. SET-TECHNICAL SPECIFICATIONS 136

INTEGRATED BUILDING MANAGEMENT SYSTEM (IBMS) –TECHNICAL SPECIFICATIONS 140

Page 5: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 5 of 265

IP BASED CCTV SURVEILLANCE SYSTEM 147

ACCESS CONTROL SYSTEM 151

FIRE ALARM SYSTEM 153

RODENT REPELLANT SYSTEM 162

WATER LEAK DETECTION SYSTEM 163

PUBLIC ADDRESS SYSTEM 163

RACK – TECHNICAL SPECIFICATIONS 167

INTELLIGENT PDU – TECHNICAL SPECIFICATION 169

PASSIVE CABLING – TECHNICAL SPECIFICATION 171

DATA CENTRE INFRASTRUCTURE MANAGEMENT (DKIM) TOOL 174

ANNEXURE-3: INDICATIVE BILL OF QUANTITY (BOQ) 181

BOQ-1 – CIVIL 181

BOQ-2 – ELECTRICAL 184

BOQ-3 – PAC 205

BOQ-4 – VRV 206

BOQ-5 – RACK 207

BOQ-6 – DCIM 209

BOQ-7 – PASSIVE LAN 210

BOQ-8 – IBMS 212

BOQ-9 –LIASONING 219

BOQ-10 – OPEX 220

ANNEXURE-4: PRE-BID QUERIES FORMAT 221

ANNEXURE-5: TENDER FORM 222

ANNEXURE-6: BIDDER’S AUTHORIZATION CERTIFICATE 223

ANNEXURE-7: SELF-DECLARATION 224

ANNEXURE-8: CERTIFICATE OF CONFORMITY/ NO DEVIATION 225

ANNEXURE-9: CERTIFICATE OF CONFORMITY/ NO DEVIATION BY OEM 226

ANNEXURE-10: COVERING LETTER – TECHNICAL BID 227

ANNEXURE-11: DECLARATION BY BIDDER 228

ANNEXURE-12: MANUFACTURER’S AUTHORIZATION FORM (MAF) 229

ANNEXURE-13: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS 230

ANNEXURE-14: LISTS OF PREFERRED MAKES 231

ANNEXURE-15: LISTS OF MAKES TO BE OFFERED BY BIDDER 242

Page 6: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 6 of 265

ANNEXURE-16-A: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION

EXPERIENCE 243

ANNEXURE-16-B: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION

EXPERIENCE 244

ANNEXURE-16-C: CERTIFICATION 245

ANNEXURE-17: FINANCIAL BID COVER LETTER & FORMAT 246

ANNEXURE-18: BANK GUARANTEE FORMAT 247

ANNEXURE-19: DRAFT AGREEMENT FORMAT 252

ANNEXURE-20: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2013 259

ANNEXURE-21: BIDDER’S DETAILS 260

ANNEXURE-22: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT 261

ANNEXURE-23: LIST OF APPROVALS 265

Page 7: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 7 of 265

ABBREVIATIONS & DEFINITIONS

Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21 of 2012) and Rules thereto

Authorised Signatory

The bidder’s representative/ officer vested (explicitly, implicitly, or through conduct) with the powers to commit the authorizing organization to a binding agreement. Also called signing officer/ authority having the Power of Attorney (PoA) from the competent authority of the respective Bidding firm.

BG Bank Guarantee

Bid Security A security provided to the procuring entity by a bidder for securing the fulfilment of any obligation in terms of the provisions of the bidding documents.

Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity and includes any tender, proposal or quotation in electronic format

Bidder/Supplier/Contractor Any firm participating in the procurement/ bidding process with the procurement entity. In case of sole bidder, sole bidder should qualify all terms and conditions of RFP.

Bidding Document Documents issued by the procuring entity, including any amendments thereto, that set out the terms and conditions of the given procurement and includes the invitation to bid

BoM Bill of Material

BoQ Bill of Quantity

BSDC Bhamashah State Data Center

CINOC Centralized Integrated Network Operations Centre

CMC Contract Monitoring Committee

Competent Authority An authority or officer to whom the relevant administrative or financial powers have been delegated for taking decision in a matter relating to procurement. Technical Director- DoIT&C, in this bidding document.

Contract/ Procurement Contract

A contract entered into between the procuring entity and a successful bidder concerning the subject matter of procurement

Contract/ Project Period The Contract/ Project Period shall commence from the date of signing of agreement for CAPEX – 6 Months and OPEX - 5 years.

CAPEX Capital Expenditure

COTS Commercial Off The Shelf Software

CST Central Sales Tax

Day A calendar day as per IST.

DCO Data Center Operator during the OPEX Period

DeitY, GoI Department of Electronics and Information Technology, Government of India

DoIT&C Department of Information Technology and Communications, Government of Rajasthan.

DLP Defect Liability Period

DRS Disaster Recovery Site

eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-Governance Initiative of Government of Rajasthan under Mission Mode Project category and is part of Integrated Financial Management System (IFMS). E-GRAS facilitates collection of tax/ non-tax revenue in both the modes: online as well as manual. All types of government revenue may be deposited online using this website: https://egras.raj.nic.in/

FOR/ FOB Free on Board or Freight on Board

Page 8: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 8 of 265

GoI/ GoR Govt. of India/ Govt. of Rajasthan

Goods

All articles, material, commodities, electricity, livestock, furniture, fixtures, raw material, spares, instruments, software, machinery, equipment, industrial plant, vehicles, aircraft, ships, railway rolling stock and any other category of goods, whether in solid, liquid or gaseous form, purchased or otherwise acquired for the use of a procuring entity as well as services or works incidental to the supply of the goods if the value of services or works or both does not exceed that of the goods themselves

ICT Information and Communication Technology.

IFB Invitation for Bids (A document published by the procuring entity inviting Bids relating to the subject matter of procurement and any amendment thereto and includes notice inviting Bid and request for proposal)

INR Indian Rupee

ISI Indian Standards Institution

ISO International Organisation for Standardisation

IT Information Technology

ITB Instruction to Bidders

LD Liquidated Damages

LoI Letter of Intent

NCB A bidding process in which qualified bidders only from within India are allowed to participate

NeGP National e-Governance Plan of Government of India, Department of Information Technology (DIT), Ministry of Communications and Information Technology (MCIT), New Delhi.

NIB Notice Inviting Bid

Notification A notification published in the Official Gazette

OEM Original Equipment Manufacturer

OPEX Operational Expenditure

PAN Permanent Account Number

PBG Performance Bank Guarantee

PC Procurement/ Purchase Committee

PQ Pre-Qualification

Procurement Process The process of procurement extending from the issue of invitation to Bid till the award of the procurement contract or cancellation of the procurement process, as the case may be

Procurement/ Public Procurement

The acquisition by purchase, lease, license or otherwise of works, goods or services, including award of Public Private Partnership projects, by a procuring entity whether directly or through an bidder with which a contract for procurement services is entered into, but does not include any acquisition without consideration, and “procure” or “procured” shall be construed accordingly

Project Site Wherever applicable, means the designated place or places.

PSD Performance Security Deposit

Procuring Authority / Purchase Officer / Procuring Entity / Competent Authority

Technical Director, Department of IT & C

RajNET An umbrella network covering RajSWAN, SecLAN, GRAMSAT, VSAT and any other network of Govt of Rajasthan.

Page 9: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 9 of 265

RajSWAN/ RSWAN Rajasthan State Wide Area Network

RISL RajCOMP Info Services Limited

RSDC Rajasthan State Data Centre, New IT Building, Jaipur

RVAT Rajasthan Value Added Tax

SDC State Data Centre (Disaster Recovery Site – DR Site), Jodhpur

SDC (DR Site) State Data Centre (Disaster Recovery Site – DR Site), Jodhpur

Services

Any subject matter of procurement other than goods or works and includes physical, maintenance, professional, intellectual, consultancy and advisory services or any service classified or declared as such by a procuring entity and does not include appointment of any person made by any procuring entity

SLA

Service Level Agreement is a negotiated agreement between two parties wherein one is the customer and the other is the bidder. It is a service contract where the level of service is formally defined. In practice, the term SLA is sometimes used to refer to the contracted delivery time (of the service) or performance.

State Government Government of Rajasthan (GoR)

State Public Procurement Portal

http://sppp.raj.nic.in

STQC Standardisation Testing and Quality Certification, Govt. of India

Subject Matter of Procurement

Any item of procurement whether in the form of goods, services or works

SD Security Deposit for work done till DLP period

TIN Tax Identification Number

TPA Third Party Auditors

UASL Unified Access Service Licence

VAT Value Added Tax

VSAT Very Small Aperture Terminal for satellite communication for data, voice and video services

WO/ PO Work Order/ Purchase Order

Page 10: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 10 of 265

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)

Page 11: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 11 of 265

Page 12: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 12 of 265

2. PROJECT PROFILE &BACKGROUND INFORMATION

Department of Information Technology & Communication, Government of Rajasthan intends to select an agency for establishment of State Data Canter (DR Site) and maintenance (O & M) for next five years at Jodhpur, Rajasthan. The Government of Rajasthan recognized the potential of Information and Communication Technology (ICT) for rapid and all round development in general and transforming governance in particular. It was envisioned to make Government services accessible to the common man in his locality, through common service delivery outlets and ensure efficiency, transparency & reliability of such services at affordable costs to realize the basic needs of the common man. It needs to develop the core and other supporting infrastructure for sustaining e- Governance initiatives across the State. It was envisioned to “make all Government services accessible to the common man in his locality, through common service delivery outlets and ensure efficiency, transparency & reliability of such services at affordable costs to realize the basic needs of the common man”. Keeping in view of above objectives, the Department of Information Technology & Communications (DoIT&C) had set up three subsequent Data Centres at different intervals as per requirements to provide efficient electronic service delivery of G2G, G2C and G2B services, to enable various State departments to host their services/applications on a common infrastructure leading to ease of integration and efficient management, ensuring that computing resources and the support connectivity infrastructure is adequately and optimally used, to provide better operations & management control, to minimize overall cost of Data Management, IT Management and Deployment through use of common infrastructure. All the three Data Centers are integrated and in operation. Details of the present data centres are as below:

Phases Location Approx. Server Farm Area

Rack Space

Date of start of operations

Phase – 1 (under NEGP)

1st Floor, IT building, Yojana Bhawan, Jaipur

1700 sq. ft 43 27-06-2011

Phase – II (DR Site) (State Fund)

New Library Building, Secretariat, Jaipur

400 sq. ft 15 15-07-2015

Phase – III (State Fund)

3rd Floor, Yojana Bhawan, Jaipur

2050 sq. ft 81 15-12-2015

Phase – IV Jhalana Institutional area, Jaipur

36000 sq. ft 600 Construction in progress

All the IT initiatives taken by the State Government are being matured and most of the business processes are being made paperless and are being kept digitally. All the IT services are being provided and maintained from the above Data Centres as primary resource i.e. primary site. All the record keeping of Government functioning is being maintained digitally at the primary site and size of applications and data is gradually increasing. Therefore, an active stand by site is required to maintain replica of the existing infrastructure so that each and every transaction can be kept at some another place. Keeping in view some unforeseen disaster strikes at the primary site, Disaster recovery planning is essentially required for business continuity. It includes planning for resumption of applications, data, hardware, electronic communications (such as networking) and other IT infrastructure and it refers to the disaster recovery plan (DRP) for IT related infrastructure recovery and continuity. Therefore, a secondary site is required at remote place and far away from primary sites as a subset of IT infrastructure to plug in and start running so that there is no business disruption. Therefore, the Department of Information Technology decided to establish a Disaster Recovery site at Jodhpur, Rajasthan.

Page 13: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 13 of 265

The successful Bidder is required to Design, supply, install, commission, test and establish a Data Centre (DR Site) as per the specifications and the specified scope of work mentioned in this RFP. IT Infrastructure components such as Servers, Databases, Storage, Software and other IT components etc. required at the Data Centre would be purchased separately by the tendering authority. For all purposes in the document, the term “Data Centre Operator (DCO)” will be referred to as the entity responsible for establishment and maintenance of a new State Data Centre (DR Site) & Maintenance of the SDC environment (Non-IT) for the entire project period. A 3 floor (G+2) independent building is under construction at opposite JNV University, Jodhpur, Rajasthan.

Page 14: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 14 of 265

3. PRE-QUALIFICATION/ ELIGIBILITY CRITERIA Note: The supporting documents submitted as evidence to fulfil the eligibility criteria will be evaluated by the Tendering Authority. During the bid evaluation stage, the Tendering Authority may request for clarification (if required). 1) Pre-Qualification Criteria

The supporting documents submitted as evidence to fulfil the eligibility criteria will be evaluated by the Tendering Authority. During the bid evaluation stage, the Tendering Authority may request for clarification (if required).

A bidder participating in the procurement process shall possess the following minimum pre-qualification/ eligibility criteria.

S. No.

Basic Requirement

Specific Requirements Documents Required

1. Legal Entity The bidder should be a Proprietorship firm duly registered either under the Rajasthan Shops & Commercial Establishments Act, 1958 or any other Act of State/ Union, as applicable for dealing in the subject matter of procurement (Note: A self-certified declaration regarding the non-applicability of registration to any Act should be submitted by the bidder) OR A company registered under Indian Companies Act, 1956 OR A partnership firm registered under Indian Partnership Act, 1932.

- Copy of valid Registration Certificates - Copy of Certificates of incorporation

2. Financial: Turnover from IT/ ITeS

Average Annual Turnover of the Bidder during the last three financial years, i.e., from 2013-14, 2014-2015 and 2015-16/2016-2017 (as per the last published audited balance sheets), should be at least Rs. 300.00 Crores

CA Certificate with CA’s Registration Number/ Seal

3. Financial: Net Worth

The net worth of the Bidder, as on 31st March 2016/2017, should be Positive.

CA Certificate with CA’s Registration Number/ Seal

4. Technical Capability-I

Bidder’s experience in setting-up minimum three (3) Data centers of at least project cost 10 Cr. Each, Setting-up Data Centers would mean where the bidder has setup, installed and commissioned all IT and Non-IT components of the data center and one of the Data centres containing 50 or more racks space during the last five (5) years (2011-2012 to 2015-2016)in India

An Order Value (including IT and Non -IT but excluding basic building structure cost) of not less than Rs. 10 crores.

Bidder’s in house data centres shall not be considered.

Annexure-16-A per project reference

And

Work Completion Certificates from the client; OR Work Order + Self-Certificate of Completion (Certified by the

Page 15: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 15 of 265

S. No.

Basic Requirement

Specific Requirements Documents Required

Bidders who have build their own Internet Data Centre (IDC) for commercial use will be considered.

Note: The duration from April 2016 till bid submission date shall also be considered for technical evaluation.

Statutory Auditor); OR Work Order + Phase Completion Certificate from the client

5. Technical Capability-II

The bidder should have experience in providing Facility Management Services (FMS) to at least three (3) Data Centres Each, Facility Management would mean where the bidder has provided comprehensive operations / maintenance services towards all IT/Non-IT components of the data center during the last five (5) years (2011-12 to 2015-2016) in India

Data Centres with Project cost (IT /Non-IT both) of average 1 Crore per annum for FMS will be considered.

Bidder’s in house data centres shall not be considered.

Bidders who have built their own Internet Data Centre (IDC) for commercial use will be considered.

Note: The duration from April 2016 till bid submission date shall also be considered for technical evaluation.

Annexure-16-B per project reference

And

Work Completion Certificates from the client; OR Work Order + Self-Certificate of Completion (Certified by the Statutory Auditor); OR Work Order + Phase Completion Certificate from the client

6. Manpower Strength-I

The Bidder must have on its roll at least 100 technically qualified professionals with relevant experience in providing the Data Centre Infrastructure commissioning and maintenance services as on date of bid submission.

Self-Certification by the authorized signatory and HR department with clear declaration of staff – year wise, level/designation wise.

7. Manpower Strength-II

Bidder shall have resources having at least five (5) CDCS/CDCP certified professional on its pay-roll (valid as on tender submission date)

Annexure-16-C

8. Tax registration and clearance

The Bidder should have a registered number of i. VAT/ CST where his business is located ii. Service Tax iii. Income Tax / Pan number.

The bidder should have cleared his VAT/ CST dues up to 31stMarch 2017 to the Government.

Copies of relevant certificates of registration VAT/ CST clearance certificate from the Commercial Taxes Officer of the Circle

Page 16: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 16 of 265

S. No.

Basic Requirement

Specific Requirements Documents Required

concerned

9. Certifications The Bidder must possess, at the time of bidding, a valid ISO 9001:2008

Copy of a valid certificate

10. Mandatory Undertaking

Bidder should: - a) not be insolvent, in receivership, bankrupt or

being wound up, not have its affairs administered by a court or a judicial officer, not have its business activities suspended and must not be the subject of legal proceedings for any of the foregoing reasons;

b) not have, and their directors and officers not have, been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

c) not have a conflict of interest in the procurement in question as specified in the bidding document.

d) comply with the code of integrity as specified in the bidding document.

A Self Certified letter as per Annexure-7: Self-Declaration

Page 17: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 17 of 265

4. SCOPE OF WORK, DELIVERABLES & TIMELINES 1) Details of work (SoW)

The selected bidder shall build, operate and maintain the SDC (DR Site) for a period of 5 years from the date of signoff post successful completion of installation, commissioning and acceptance testing. The minimum specified work to be undertaken by the selected bidder for setting up and operating SDC has been categorized as under:

a. Design, Supply, Installation, Integration and Commissioning Phase b. Operation and Maintenance phase

i. Comprehensive Onsite Maintenance with Spare parts for equipment’s supplied and installed by the bidder.

ii. FMS Services for equipment’s/items and related services for the items (IT and Non-IT) supplied by the bidder as per scope of work of this RFP and for subsequently procured and installed Non-IT equipments by the DoIT&C during the contract period.

iii. Liasioning, operation/ maintenance (O&M) and vendor management will be done by DCO for the entire project period.

iv. Co-location infrastructural support for IT/Non IT equipments of user departments for the equipment’s installed in SDC.

i. Design, supply, installation, Integration and commissioning phase

The broad scope of work during this phase will include the following, but is not limited to:

A. Design of the data centre: Design phase would consist of the following activities: a) Project Kick-off meeting b) Preparation and submission of Comprehensive Project implementation Plans and Schedules

phase wise separately. c) Preparation and submission of the separate site readiness reports for the installation

of all required equipment’s with timelines. d) Preparation and submission of detailed drawing layout of SDC including all components

(i.e. Physical layout of SDC, Electrical design, SLD, network design, Cooling design, etc.) e) Preparation and submission of separate FAT Plans and schedules for SDC. f) Preparation and submission o f Manpower Deployment plan and schedule with list of

staff to be deployed under the project during different parts/stages of the project. g) Preparation and submission of schedules of supply, Installation, testing and commissioning of

SDC with timelines h) Physical Infrastructure comprising of Civil & interior work, Electrical, and Mechanical &

Plumbing works required to build a Data Centre. This shall also include site preparation to make it suitable for setting up a Tier III Data Centre.

i) Preparation and submission of Multi-layer physical security infrastructure to prevent unauthorized access to the Data Centre

Detailed design layout of the proposed Data Centre in line with minimum requirements as laid out in TIA 942 or Uptime institute guidelines and specifications for Tier III Data centre. The design should ensure an uptime of 99.982% on a quarterly basis. Some of the key considerations for designing the SDC are given below:

a) Scalability-It is the responsibility of the bidder to provide horizontal and vertical scalability to all the components of data centre. A scalable system is one that can handle increasing number of requests without adversely affecting the response time, efficiency and throughput of the system

b) Availability c) Interoperability d) Security e) Manageability

Page 18: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 18 of 265

B. Supply and installation of a) Racks, Physical infrastructure components such as UPS, Air-Conditioning System, Fire

Detection and Control System, Diesel Generator Units, Lighting system, Power, Safety and Security Systems, CCTV Surveillance systems, monitoring tools and cabling etc.

b) All the necessary components required to accomplish the scope of work to make the SDC (Dr Site) operational shall be supplied and installed by the bidder.

The Tendering Authority would provide the necessary minimum constructed space for building of the SDC (DR Site). The bidder would be required to undertake all the necessary civil, electrical, mechanical & plumbing works including false ceiling/ flooring, partitioning, furniture, installation of electrical component, cable laying and other necessary services to create the Non - IT/ Physical infrastructure at the SDC site for the preparation of SDC site as per the indicative layout diagram given in the document such as Server farm, NOC, BMS, UPS room, Reception area, Telecom room, Media room, Staging area etc. Site can be inspected by bidder for accessing the AS-IS conditions. The selected bidder shall install and configure / reconfigure (at no cost) / integrate every component and subsystem component, required for successful functioning of the Data centre. The bidder shall be responsible for rearranging/ shifting of existing of all the Components of SDC, within SDC premises as and when required.

C. INTEGRATED TESTING Acceptance testing shall be carried out before the commencement o f Live Operations. The final acceptance (Sign-off) shall cover 100% of the State Date Centre (DR Site), after successful testing; a Final Acceptance Test Certificate (FAT) shall be issued by the Tendering Authority to the DCO. The date on which Final FAT certificate is issued shall be deemed to be the date of successful commissioning of the SDC (Date of Sign Off). The FAT shall include the following:

All hardware and software items must be installed at SDC site as per the specification.

Availability of all the defined services shall be verified.

The DCO shall be required to demonstrate all the features / facilities / functionalities as mentioned in the RFP

The DCO will arrange the test equipment, If required at its own cost for performance verification. Successful bidder will also provide documented test results.

The DCO shall be responsible for the security audit of the network to be carried out by a certified agency other than the successful bidder.

Prerequisite for Carrying out FAT activity

Detailed test plan shall be submitted by DCO and DCO has to get approved the Acceptance Test Plan by tendering authority before FAT activity to be carried out.

DCO has to provide warranty certificates from the respective OEM’s with supporting documents clarifying back to back contact and support with respective OEM’s.

All documentation related to SDC and relevant acceptance test document (including IT Components, Non IT Components etc.) should be completed & submitted before the final acceptance test to the client.

The training requirements as mentioned should be completed before the final acceptance test.

D. CAPACITY BUILDING: Training on State data centre infrastructure-

The selected bidder shall conduct training after installation and commissioning has been completed. Training will be provided as per SDC Training Schedule within SDC premises. All the training material and other associated expenses shall be borne by the bidder.

Page 19: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 19 of 265

S. No.

Training Description Duration Target Audience

Non-IT Training 4-5 Days Maximum 10 People nominated from tendering authority

Data Center Design

Overview of Non-IT Components

DG System & Operation

UPS System & Operation

PAC System & Operation

Security System & Operation

BMS System & Operation

Data Cabling Overview

Remaining all other training as per requirements of Non IT Components, If necessary.

SLA 1 - 2 Day Maximum 10 People nominated from tendering authority

Others 1-2 Days Maximum 10 People nominated from tendering authority

Data Cabling Overview

Do’s and Don’t

Any other points/ topics (for e.g., Interoperability, consolidation, etc…)

E. DOCUMENTATION: All documentation generated during design, installation and commissioning

phase shall mandatorily be made available to the tendering authority. Provide documentation, which follows the ITIL (Information Technology Infrastructure Library) standards. This documentation should be submitted as the project undergoes various stages of implementation. Indicative list of documents include:

Project plan in MS project giving out micro level activities with milestones, dependencies and deadlines.

Original manuals and CDs from respective OEMs.

Training material will be provided which will include the presentations used for trainings and also the required relevant documents for the topics

The selected bidder shall submit a complete set of Floor Layout Drawings, BMS components, Single Line diagram, a complete cabling system layout (as installed), including cable routing, telecommunication closets and telecommunication outlet / connector designations / gas line/ plumbing line etc. The layout shall indicate detail locations of all components and indicate all wiring pathways.

The bidder shall be responsible for preparing process documentation related to the operation and maintenance of each and every component of the SDC. The prepared process document shall be formally signed off by the tendering authority, before completion of final acceptance test.

The selected bidder shall document all the installation and commissioning procedures and provide the same to the tendering authority, within one week of the commissioning of SDC along with final configuration dumps and implemented solution details.

The selected bidder shall be responsible for documenting configuration of all devices and keeping back up of all configuration files, so as to enable quick recovery in case of failure of devices.

Page 20: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 20 of 265

The selected bidder shall provide manuals, technical specifications, configurations of all IT and Non IT equipment’s etc. Supplied and installed by the bidder.

ii. Operation and Maintenance phase

A. Comprehensive Onsite Maintenance with Spare parts for equipment’s DCO is required to provide the Comprehensive Onsite Maintenance with part replacement for all the equipments supplied and installed by the bidder.

B. Facility Management services for equipment’s/items

The following are the major activities to be carried out in O&M Phase.

I. Asset Management Services a) DCO will provide the supplied and installed list of assets to the tendering authority. The DCO

shall be required to create and maintain database of all IT and Non IT assets procured/installed in SDC as per following details:

a. The database should have information like make, model, configuration details, serial numbers, licensing agreements, warranty and AMC details, place/location of installation etc.

b. The DCO shall be required to create and maintain Software inventory with information such as Licenses, Version Numbers and Registration Details along with their configuration details and history.

b) The DCO shall be required to record installation and removal of any equipment and inform tendering authority even if it is temporary.

c) The DCO shall be required to perform software license management and notify tendering authority on licensing contract renewal before 3 months of expiry.

d) The DCO shall be required to register all software (in case not registered) with respective OEMs however renewal cost for the licenses shall be taken care by tendering authority.

e) The DCO shall use existing software for Asset Management Services with integration of DCIM tool, if possible.

II. Preventive Maintenance Services

The DCO or DCO in co-ordination with equipment service provider shall provide preventive maintenance services for all the equipment’s for which maintenance services are to be provided by DCO at least once in every quarter. The preventive maintenance shall include -

a) Cleaning and removal of dust and dirt of the equipment with appropriate precautions. b) Conduct inspection (check for loose contacts in the cable and connections etc.), health checking

of all components of the equipment’s, testing, satisfactory execution of diagnostics and necessary repairing of equipment.

c) DCO shall intimate and take due approval from purchaser before carrying out preventive maintenance activity.

III. Corrective Maintenance Services

The details of the work to be undertaken by DCO are as follows: a) Troubleshooting of problems related to the equipment’s/network/services and rectification of

the same. b) DCO shall co-ordinate with respective OEM for supplied items/maintenance service agency for

repairing/ replacement of defective parts/components. c) Replacement of parts/components beyond repair with parts/components of same or better

specifications ensuring compatibility without any additional cost. d) Providing suitable standby for parts/components with same or better specifications till the time

the original part/component if repaired or replaced so that daily business is not affected.

Page 21: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 21 of 265

e) The Maintenance support for equipment’s shall include all passive components like screws, clamp, fasteners, ties anchors, supports, ground strips, wires, fibre connecting kits, gears, spares, power-cables, lightening, Network cables etc.

f) Documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems.

IV. Configuration and reconfiguration/rollback of equipment’s/network/services

a) The DCO shall be responsible for configuration/re-configuration/rollback of all the equipment’s /Software /services under SDC project as and when required.

b) DCO shall adhere to the change management procedures already defined to ensure that no unwarranted changes are carried out on the devices. All the changes must be formally approved by the DCO designated team leaders and recorded. The Purchaser /designated agency shall communicate such change management procedures and their amendments made time to time.

c) DCO shall do proper version management of these configurations. d) DCO shall ensure that these configurations are not accessible in general and must be kept

confidential with the Purchaser and project manager as per security policy of Data centre. e) DCO shall have the capabilities to configure or reconfigure hardware/software installed in data

centre during the contract period.

V. Vendor Management Services DCO shall coordinate with external vendors for upkeep of equipment’s/software/services to meet the SLA and shall liaison with respective vendors/OEMS for repairs/replacement of items and/or update/upgrade/troubleshoot the software/services. To perform this activity, the DCO shall

a) Maintain equipment/software/service wise database of the various vendors and service providers with details like contact person, telephone numbers, escalation matrix, response time and resolution time commitments, expiry date of Maintenance Services/Warranty/Software Assurance/Support etc.

b) Log and escalate the calls with respective vendors/OEM/service providers within 1 hour from occurrence of incident/ problem, repetitive pursuance and coordinate with them to get the equipment repaired/problems resolved.

VI. Help Desk Support

a) The DCO shall provide 24 x 7 help desk support from State Data Centre to all Users/User departments whose servers are hosted in SDC.

b) The DCO shall maintain ITIL Compliant helpdesk tool including configuration/ reconfiguration/ upgrade/update.

c) DCO shall log all calls received through any medium viz. telephone/email/in writing/in person, shall generate a ticket mentioning type of problem, Severity level etc. using helpdesk tool and forward the same to concerned FMS team/person, Project OIC(s) and user.

d) The DCO shall provide various services to different users on demand basis as and when required as mentioned in RFP. The request would be made on help desk by the user by dedicated help line number/Specific email account and DCO shall get approval from the officer in charge of SDC project as designated by the purchaser. The resolution time for such services would be as per SLA. However, the purchaser/authorized entity may scale up the severity level depending upon the requirements.

VII. BMS/ DCIM Services

The DCO shall do the following activities: a) Monitoring and resolution of all alarms related to IT and Non IT equipment’s integrated with

BMS such as fire, temperature, humidity and surveillance through camera etc. and updating relevant records.

b) Maintaining all logs and CCTV footage as per prevailing guidelines/policies. c) Reporting problems to the purchaser/designated agencies and supervision of repair/solution.

Page 22: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 22 of 265

d) Monitoring of Smoke detector, WLD, RRD, VESDA etc. e) Arranging Mock-drill as & when required / desired by the purchaser. This will includes the

functionality testing of the Fire alarm System. DCO to conduct the mock drill testing of the detectors without releasing the Fire suppression Gas. In case of release of the gas DCO is responsible for refilling of the same.

f) Any other relevant duty asked by the purchaser related to BMS. VIII. Physical Security Services

The objective of this service is to provide a physically secure environment. Manpower would be as per Manpower requirements table as specified in the tender document. This service includes:

a. Monitoring every personnel entering the datacentre including maintaining entry registers for working personnel /visitors as per directions/guidelines issued.

b. Frisking bags of personnel entering the datacentre to ensure that it does not contain any item/ device which can be used to breach information security at the datacentre.

Table for O & M reports

Sr. Scope of

Work Activity Deliverable Timeline

(Facility Management Services)

Asset Management Services

List of equipments including software with all details as mentioned in Scope of Work under Asset Management Services clause.

Within 15 days from the end of respective quarter

Preventive Maintenance Report

Equipment wise and date wise detailed reports of preventive maintenance services provided during the quarter along with copy of call report. Assessment report of performance and future requirement with respect to the equipment’s covered under preventive maintenance.

Corrective Maintenance Reports

Equipment wise and date wise detailed and MIS reports of corrective maintenance services provided during the quarter

Configuration and reconfiguration/ rollback of equipments / network / services

Configuration document (latest) for selected equipments/ software, as may be finalized by tendering authority as per approved format.

Vendor Management Report

Date wise details of calls logged with external vendor and their resolution time in order to monitor compliance with the SLA signed with the respective vendor, if any.

Help Desk Support Detailed SLA compliance report and logs

BMS Service Exception report

Service Levels Service Level Reports

Note: DCO has to provide all the reports and deliverables mentioned above and provide any additional reports as required by purchaser as and when required.

Page 23: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 23 of 265

2) Roles & Responsibilities of Stakeholders

S. No.

Activity Tendering Authority

DCO Remarks

1. Provision of State Data Centre Building Space

Y DC Space by Tendering authority free of cost

2. Site preparation of State Data Centre Facilities

Y

3. Supply and installation of IT / Non IT Infrastructure for SDC

Y

4. Acceptance Testing (Sign Off) Y Y As per Acceptance Test Plan agreed upon

5. Operations & Management of the State Data Center infrastructure as per SLA

Y State Government would be responsible for providing policies for management

6. Recurring Expenditure on consumables like diesel, electricity, water etc. during implementation and post implementation

Y

7. Providing dedicated raw power with energy meter to the SDC

Y

8. Obtain regulatory and other clearances for setting up the Data Centre

Y Y

9. Cost of additional Licenses and upgradation of existing software licenses

Y

Page 24: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 24 of 265

5. INSTRUCTION TO BIDDERS (ITB)

1) Sale of Bidding/ Tender Documents a) The sale of bidding documents shall be commenced from the date of publication of Notice

Inviting Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding document shall also be placed on the State Public Procurement Portal and e-Procurement portal. The prospective bidders shall be permitted to download the bidding document from the websites and pay its price while submitting the Bid to the procuring entity.

b) The bidding documents shall be made available to any prospective bidder who pays the price for it in cash or by bank demand draft, banker's cheque.

c) Bidding documents purchased by Principal of any concern may be used by its authorised sole selling agents/ marketing agents/ distributors/ sub-distributors and authorised dealers or vice versa.

2) Pre-bid Meeting/ Clarifications

a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of the bidding documents.

b) A pre-bid conference is also scheduled by the procuring entity as per the details mentioned in the NIB and to clarify doubts of potential bidders in respect of the procurement and the records of such conference shall be intimated to all bidders and where applicable, shall be published on the respective websites.

c) The period within which the bidders may seek clarifications under (a) above and the period within which the procuring entity shall respond to such requests for clarifications shall be as under: -

a. Last date of submitting clarifications requests by the bidder: as per NIB b. Response to clarifications by procuring entity: as per NIB

d) The minutes and response, if any, shall be provided promptly to all bidders to which the procuring entity provided the bidding documents, so as to enable those bidders to take minutes into account in preparing their bids, and shall be published on the respective websites.

3) Changes in the Bidding Document

a) At any time, prior to the deadline for submission of Bids, the procuring entity may for any reason, whether on its own initiative or as a result of a request for clarification by a bidder, modify the bidding documents by issuing an addendum in accordance with the provisions below.

b) In case, any modification is made to the bidding document or any clarification is issued which materially affects the terms contained in the bidding document, the procuring entity shall publish such modification or clarification in the same manner as the publication of the initial bidding document.

c) In case, a clarification or modification is issued to the bidding document, the procuring entity may, prior to the last date for submission of Bids, extend such time limit in order to allow the bidders sufficient time to take into account the clarification or modification, as the case may be, while submitting their Bids.

d) Any bidder, who has submitted his Bid in response to the original invitation, shall have the opportunity to modify or re-submit it, as the case may be, within the period of time originally allotted or such extended time as may be allowed for submission of Bids, when changes are made to the bidding document by the procuring entity: Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for evaluation.

4) Period of Validity of Bids

a) Bids submitted by the bidders shall remain valid during the period specified in the NIB/ bidding document. A Bid valid for a shorter period shall be rejected by the procuring entity as non-responsive Bid.

Page 25: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 25 of 265

b) Prior to the expiry of the period of validity of Bids, the procuring entity, in exceptional circumstances, may request the bidders to extend the bid validity period for an additional specified period of time. A bidder may refuse the request and such refusal shall be treated as withdrawal of Bidand in such circumstances bid security shall not be forfeited.

c) Bidders that agree to an extension of the period of validity of their Bids shall extend or get extended the period of validity of bid securities submitted by them or submit new bid securities to cover the extended period of validity of their bids. A bidder whose bid security is not extended, or that has not submitted a new bid security, is considered to have refused the request to extend the period of validity of its Bid.

5) Format and Signing of Bids a) Bidders must submit their bids online at e-Procurement portal i.e. http://eproc.rajasthan.gov.in. b) All the documents uploaded should be digitally signed with the DSC of authorized signatory. c) A Two stage Two cover system shall be followedfor the Bid: -

a. Technical Bid, including fee details, eligibility& technical documents b. Financial Bid

d) The technical bidshall consist of the following documents: -

S. No.

Documents Type Document Format

Fee Details

1. Bidding document Fee (Tender Fee) Proof of submission (PDF)

2. RISL Processing Fee (e-Procurement) Instrument/ Proof of submission (PDF)

3. Bid Security Instrument/ Proof of submission (PDF) and As per Annexure-18 (PDF)

Eligibility& Technical Documents

4. Tender Form As per Annexure-5 (PDF)

5. Bidder’s Authorisation Certificate along with copy of PoA/ Board resolution stating that Auth. Signatory can sign the bid/ contract on behalf of the firm.

As per Annexure-6 (PDF)

6. Self-Declaration As per Annexure-7 (PDF)

7. Certificate of Conformity/ No Deviation As per Annexure-8 (PDF)

8. Certificate of Conformity/ No Deviation by OEM As per Annexure-9 (PDF)

9. Covering Letter – Technical Bid As per Annexure-10 (PDF)

10. Declaration by Bidders As per Annexure-11 (PDF)

11. Manufacturer’s Authorisation Form (MAF) As per Annexure-12 (PDF)

12. Undertaking on Authenticity of Comp. Equip. As per Annexure-13 (PDF)

13. List of Makes to be Offered by Bidder As per Annexure-15 (PDF)

14. Format of Submission of project references for pre-qualification experience

As per Annexure-16 a, b, c (PDF)

Page 26: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 26 of 265

15. Main Bidder’s Details As per Annexure-21 (PDF)

b) Financial bid shall include the following documents: -

S. No.

Documents Type Document Format

1. Financial Bid – Cover Letter

On bidder’s letter head duly signed by authorized signatory as per Annexure-17 (PDF)

2. FinancialBid - Format As per BoQ (.XLS) format available on e-Procurement portal

c) The bidder should ensure that all the required documents, as mentioned in this bidding document, are submitted along with the Bid and in the prescribed format only. Non-submission of the required documents or submission of the documents in a different format/ contents may lead to the rejections of the Bid submitted by the bidder.

6) Cost & Language of Bidding a) The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the

procuring entity shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

b) The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the procuring entity, shall be written only in English Language. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English/ Hindi language, in which case, for purposes of interpretation of the Bid, such translation shall govern.

7) Alternative/ Multiple Bids

Alternative/ Multiple Bids shall not be considered at all. Also, the bidder shall not quote for multiple brands/ make/ models but only one in the technical Bid and should also mention the details of the quoted make/ model in the “Annexure-15:List of Makes to be Offered by Bidder”.

8) Bid Security

Every bidder, if not exempted, participating in the procurement process will be required to furnish the bid security as specified in the NIB. a) In lieu of bid security, a bid securing declaration shall be taken from Departments of the State

Government, Undertakings, Corporations, Autonomous bodies, Registered Societies and Cooperative Societies which are owned or controlled or managed by the State Government and Government Undertakings of the Central Government.

b) Bid security instrument or cash receipt of bid security or a bid securing declaration shall necessarily accompany the technical bid.

c) Bid security of a bidder lying with the procuring entity in respect of other bids awaiting decision shall not be adjusted towards bid security for the fresh bids. The bid security originally deposited may, however, be taken into consideration in case bids are re-invited.

d) The bid security may be given in the form of a banker’s cheque or demand draft or bank guarantee, in specified format, of a scheduled bank or deposited through eGRAS. The bid security must remain valid thirty days beyond the original or extended validity period of the bid.

e) The issuer of the bid security and the confirmer, if any, of the bid security, as well as the form and terms of the bid security, must be acceptable to the procuring entity.

f) Prior to presenting a submission, a bidder may request the procuring entity to confirm the acceptability of proposed issuer of a bid security or of a proposed confirmer, if required. The procuring entity shall respond promptly to such a request.

g) The bank guarantee presented as bid security shall be got confirmed from the concerned issuing bank. However, the confirmation of the acceptability of a proposed issuer or of any proposed confirmer does not preclude the procuring entity from rejecting the bid security on the ground

Page 27: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 27 of 265

that the issuer or the confirmer, as the case may be, has become insolvent or has otherwise ceased to be creditworthy.

h) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful bid and signing of Agreement and submitting performance security.

i) The Bid security taken from a bidder shall be forfeited, including the interest, if any, in the following cases, namely: - a. when the bidder withdraws or modifies its bid after opening of bids; b. when the bidder does not execute the agreement, if any, after placement of supply/ work

order within the specified period; c. when the bidder fails to commence the supply of the goods or service or execute work as per

supply/ work order within the time specified; d. when the bidder does not deposit the performance security within specified period after the

supply/ work order is placed; and e. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified in

the bidding document. j) Notice will be given to the bidder with reasonable time before bid security deposited is forfeited. k) No interest shall be payable on the bid security. l) In case of the successful bidder, the amount of bid security may be adjusted in arriving at the

amount of the Performance Security, or refunded if the successful bidder furnishes the full amount of performance security.

m) The procuring entity shall promptly return the bid security after the earliest of the following events, namely:- a. the expiry of validity of bid security; b. the execution of agreement for procurement and performance security is furnished by the

successful bidder; c. the cancellation of the procurement process; or d. the withdrawal of bid prior to the deadline for presenting bids, unless the bidding

documents stipulate that no such withdrawal is permitted.

9) Deadline for the submission of Bids a) Bids shall be received online at e-Procurement portal and up to the time and date specified in

the NIB. b) Normally, the date of submission and opening of Bids would not be extended. In exceptional

circumstances or when the bidding document are required to be substantially modified as a result of discussions in pre-bid meeting/ conference or otherwise and the time with the prospective bidders for preparation of Bids appears insufficient, the date may be extended by the procuring entity. In such case the publicity of extended time and date shall be given in the manner, as was given at the time of issuing the original NIB and shall also be placed on the State Public Procurement Portal, if applicable. It would be ensured that after issue of corrigendum, reasonable time is available to the bidders for preparation and submission of their Bids. The procuring entity shall also publish such modifications in the bidding document in the same manner as the publication of initial bidding document. If, in the office of the Bids receiving and opening authority, the last date of submission or opening of Bids is a non-working day, the Bids shall be received or opened on the next working day.

10) Withdrawal, Substitution, and Modification of Bids

a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit its Bid (technical and/ or financial cover) as per the instructions/ procedure mentioned at e-Procurement web site under the section "Bidder's Manual Kit".

b) Bids withdrawn shall not be opened and processes further.

11) Opening of Bids

Page 28: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 28 of 265

a) The Bids shall be opened by the bid opening & evaluation committee on the date and time mentioned in the NIB in the presence of the bidders or their authorised representatives who choose to be present.

b) The committee may co-opt experienced persons in the committee to conduct the process of Bid opening.

c) The committee shall prepare a list of the bidders or their representatives attending the opening of Bids and obtain their signatures on the same. The list shall also contain the representative’s name and telephone number and corresponding bidders’ names and addresses. The authority letters, if any, brought by the representatives shall be attached to the list. The list shall be signed by all the members of Bid opening committee with date and time of opening of the Bids.

d) All the documents comprising of technical Bid/ cover shall be opened & downloaded from the e-Procurement website (only for the bidders who have submitted the prescribed fee(s) to tendering authority).

e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to assess the prima-facie responsiveness and ensure that the: - a. bid is accompanied by bidding document fee, bid security or bid securing declaration, and

processing fee (if applicable); b. bid is valid for the period, specified in the bidding document; c. bid is unconditional and the bidder has agreed to give the required performance security;

and d. other conditions, as specified in the bidding document are fulfilled. e. any other information which the committee may consider appropriate.

f) No Bid shall be rejected at the time of Bid opening except the Bids not accompanied with the proof of payment or instrument of the required price of bidding document, processing feeand bid security.

g) The Financial Bid cover shall be kept unopened and shall be opened later on the date and time intimated to the bidders who qualify in the evaluation of technical Bids.

12) Selection Method: a) The selection method is Least Cost Based Selection (LCBS or L1).

13) Clarification of Bids

a) To assist in the examination, evaluation, comparison and qualification of the Bids, the bid evaluation committee may, at its discretion, ask any bidder for a clarification regarding its Bid. The committee's request for clarification and the response of the bidder shall be through the e-Procurement portal.

b) Any clarification submitted by a bidder with regard to its Bid that is not in response to a request by the committee shall not be considered.

c) No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the committee in the evaluation of the financial Bids.

d) No substantive change to qualification information or to a submission, including changes aimed at making an unqualified bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted.

14) Verification of Eligibility Documents by DoIT&C DoIT&C reserves the right to verify all statements, information and documents submitted by the bidder in response to tender document, the bidder shall, when so required by DoIT&C, make available all such information, evidence and documents as may necessary for such verification. Any such verification or lack of verification by DoIT&C shall not relieve the bidder of its obligations or liabilities hereunder nor will it affect any right of DoIT&C there under, If any statement, information and documents submitted by the bidder is found to be false, manipulated or forged during verification process, strict action shall be taken as per RTPP Act 2012.

Page 29: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 29 of 265

15) Evaluation & Tabulation of Technical Bids

a) Determination of Responsiveness a. The bid evaluation committee shall determine the responsiveness of a Bid on the basis of

bidding document and the provisions of pre-qualification/ eligibility criteria of the bidding document.

b. A responsive Bid is one that meets the requirements of the bidding document without any material deviation, reservation, or omission where: - i. “deviation” is a departure from the requirements specified in the bidding document;

ii. “reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the bidding document; and

iii. “Omission” is the failure to submit part or all of the information or documentation required in the bidding document.

c. A material deviation, reservation, or omission is one that, i. if accepted, shall:-

1. affect in any substantial way the scope, quality, or performance of the subject matter of procurement specified in the bidding documents; or

2. limits in any substantial way, inconsistent with the bidding documents, the procuring entity’s rights or the bidder’s obligations under the proposed contract; or

ii. if rectified, shall unfairly affect the competitive position of other bidders presenting responsive Bids.

d. Any Shortfall documents submitted by the bidder on the request of procuring entity during the stage of submitting clarifications, should not belong to a date beyond the last date of bid submission.

e. The bid evaluation committee shall examine the technical aspects of the Bid in particular, to confirm that all requirements of bidding document have been met without any material deviation, reservation or omission.

f. The procuring entity shall regard a Bid as responsive if it conforms to all requirements set out in the bidding document, or it contains minor deviations that do not materially alter or depart from the characteristics, terms, conditions and other requirements set out in the bidding document, or if it contains errors or oversights that can be corrected without touching on the substance of the Bid.

b) Non-material Non-conformities in Bids a. The bid evaluation committee may waive any non-conformities in the Bid that do not

constitute a material deviation, reservation or omission, the Bid shall be deemed to be substantially responsive.

b. The bid evaluation committee may request the bidder to submit the necessary information or document like audited statement of accounts/ CA Certificate, Registration Certificate, VAT/ CST clearance certificate, ISO Certificates, etc. within a reasonable period of time. Failure of the bidder to comply with the request may result in the rejection of its Bid.

c. The bid evaluation committee may rectify non-material non conformities or omissions on the basis of the information or documentation received from the bidder under (b) above.

c) Technical Evaluation Criteria Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid shall contain all the documents as asked in the clause “Format and signing of Bids”.

d) Tabulation of Technical Bids a. If Technical Bids have been invited, they shall be tabulated by the bid evaluation committee

in the form of a comparative statement to evaluate the qualification of the bidders against the criteria for qualification set out in the bidding document.

b. The members of bid evaluation committee shall give their recommendations below the table as to which of the bidders have been found to be qualified in evaluation of Technical Bids and sign it.

Page 30: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 30 of 265

e) The number of firms qualified in technical evaluation, if less than three and it is considered necessary by the procuring entity to continue with the procurement process, reasons shall be recorded in writing and included in the record of the procurement proceedings.

f) The bidders who qualified in the technical evaluation shall be informed in writing about the date, time and place of opening of their financial Bids.

16) Evaluation & Tabulation of Financial Bids Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring entity shall take following actions for evaluation of financial Bids:- a) To ensure a reasonable and realistic ratio of CAPEX and OPEX a bid will be rejected after scrutiny

if total CAPEX happens to be more than 60% of the overall bid value. b) The financial Bids of the bidders who qualified in technical evaluation shall be opened online at

the notified time, date and place by the bid evaluation committee in the presence of the bidders or their representatives who choose to be present;

c) The process of opening of the financial Bids shall be similar to that of technical Bids. d) The names of the bidders, the rates given by them and conditions put, if any, shall be read out

and recorded; e) conditional Bids are liable to be rejected; f) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law

of the Central/ State Government/ Local Authorities, and the evaluation criteria specified in the bidding documents shall only be applied;

g) Net Present Value (NPV): In order to decide the L1 bidder, NPV (Net Present Value) of the payable amount shall be taken into account as given below:

NPV For calculation: Upfront payment = 100% of Price quoted for Total CAPEX [BoQ-1 to BoQ-9] = A1 Price quoted for Total OPEX (BoQ-10) = B1 Quarterly payable amount = [B1/20] = C1 Total quarters for which payment to be made = 20 The PV factor would be 3% per quarter (12% per year). NPV = A1+ [C1/1.03] + [C1/(1.03)2] + [C1/(1.03)3] + [C1/(1.03)4] + [C1/(1.03)5] +……………………… [C1/(1.03)20] NOTE: QGR for 20 quarters have been considered for evaluation purpose only. However, the payment shall be made as per payment terms and conditions of RFP.

h) the offers shall be evaluated and marked L1, L2, L3 etc. L1 being the lowest offer and then others in ascending order in case price is the only criteria, or evaluated and marked H1, H2, H3 etc. in descending order.

i) the bid evaluation committee shall prepare a comparative statement in tabular form in accordance with rules along with its report on evaluation of financial Bids and recommend the lowest offer for acceptance to the procuring entity, if price is the only criterion, or most advantageous Bid in other case;

j) The members of bids evaluation committee shall give their recommendations below the table regarding lowest Bid or most advantageous Bid and sign it.

k) it shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing market rates of the goods, works or service required to be procured.

17) Correction of Arithmetic Errors in Financial Bids

The bid evaluation committee shall correct arithmetical errors in substantially responsive Bids, on the following basis, namely: -

Page 31: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 31 of 265

a) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the bid evaluation committee there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;

b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to clause (a) and (b) above.

18) Comparison of rates of firms outside and those in Rajasthan

While tabulating the financial Bids of those firms which are not entitled to price preference, the element of Rajasthan Value Added Tax (RVAT) shall be excluded from the rates quoted by the firms of Rajasthan and the element of Central Sales Tax (CST) shall be included in the rates of firms from outside Rajasthan for financial bid evaluation purpose.

19) Registration with Commercial Tax Department in Rajasthan, Should consider the GST The bidder should have a registered member of

a. VAT / CST, Where his business is located./ GST (Whichever is applicable) b. Service Tax c. PAN Number d. The bidder should have cleared his VAT / CST/ GST (Whichever is applicable) dues upto

31.03.2017 or later to the Government. VAT / CST/ GST (Whichever is applicable) clearance certificate from the Commercial Tax Officer of the circle concerned must be submitted. The certificate should have been issued upto the date prior to the last date of bid submission.

20) Price/ purchase preference in evaluation

Price and/ or purchase preference notified by the State Government (GoR) and as mentioned in the bidding document shall be considered in the evaluation of Bids and award of contract.

21) Negotiations

a) Except in case of procurement by method of single source procurement or procurement by competitive negotiations, to the extent possible, no negotiations shall be conducted after the pre-bid stage. All clarifications needed to be sought shall be sought in the pre-bid stage itself.

b) Negotiations may, however, be undertaken only with the lowest or most advantageous bidder when the rates are considered to be much higher than the prevailing market rates.

c) The bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and results of negotiations shall be recorded in the proceedings.

d) The lowest or most advantageous bidder shall be informed in writing either through messenger or by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling negotiations. In case of urgency the bid evaluation committee, after recording reasons, may reduce the time, provided the lowest or most advantageous bidder has received the intimation and consented to regarding holding of negotiations.

e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation committee shall have option to consider the original offer in case the bidder decides to increase rates originally quoted or imposes any new terms or conditions.

f) In case of non-satisfactory achievement of rates from lowest or most advantageous bidder, the bid evaluation committee may choose to make a written counter offer to the lowest or most advantageous bidder and if this is not accepted by him, the committee may decide to reject and re-invite Bids or to make the same counter-offer first to the second lowest or most advantageous bidder, then to the third lowest or most advantageous bidder and so on in the order of their

Page 32: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 32 of 265

initial standing and work/ supply order be awarded to the bidder who accepts the counter-offer. This procedure would be used in exceptional cases only.

g) In case the rates even after the negotiations are considered very high, fresh Bids shall be invited. 22) Exclusion of Bids/ Disqualification

a) A procuring entity shall exclude/ disqualify a Bid, if: - a. the information submitted, concerning the qualifications of the bidder, was false or

constituted a misrepresentation; or b. the information submitted, concerning the qualifications of the bidder, was materially

inaccurate or incomplete; and c. the bidder is not qualified as per pre-qualification/ eligibility criteria mentioned in the

bidding document; d. the Bid materially departs from the requirements specified in the bidding document or it

contains false information; e. the bidder, submitting the Bid, his agent or any one acting on his behalf, gave or agreed to

give, to any officer or employee of the procuring entity or other governmental authority a gratification in any form, or any other thing of value, so as to unduly influence the procurement process;

f. a bidder, in the opinion of the procuring entity, has a conflict of interest materially affecting fair competition.

b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/ disqualification is discovered.

c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing and shall be: - a. communicated to the concerned bidder in writing; b. Published on the State Public Procurement Portal, if applicable.

23) Lack of competition

a) A situation may arise where, if after evaluation of Bids, the bid evaluation committee may end-up with one responsive Bid only. In such situation, the bid evaluation committee would check as to whether while floating the NIB all necessary requirements to encourage competition like standard bid conditions, industry friendly specifications, wide publicity, sufficient time for formulation of Bids, etc. were fulfilled. If not, the NIB would be re-floated after rectifying deficiencies. The bid process shall be considered valid even if there is one responsive Bid, provided that: - a. the Bid is technically qualified; b. the price quoted by the bidder is assessed to be reasonable; c. the Bid is unconditional and complete in all respects; d. there are no obvious indicators of cartelization amongst bidders; and e. the bidder is qualified as per the provisions of pre-qualification/ eligibility criteria in the

bidding document b) The bid evaluation committee shall prepare a justification note for approval by the next higher

authority of the procuring entity, with the concurrence of the accounts member. c) In case of dissent by any member of bid evaluation committee, the next higher authority in

delegation of financial powers shall decide as to whether to sanction the single Bid or re-invite Bids after recording reasons.

d) If a decision to re-invite the Bids is taken, market assessment shall be carried out for estimation of market depth, eligibility criteria and cost estimate.

24) Acceptance of the successful Bid and award of contract

a) The procuring entity after considering the recommendations of the bid evaluation committee and the conditions of Bid, if any, financial implications, trials, sample testing and test reports, etc., shall accept or reject the successful Bid. If any member of the bid evaluation committee, has

Page 33: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 33 of 265

disagreed or given its note of dissent, the matter shall be referred to the next higher authority, as per delegation of financial powers, for decision.

b) Decision on Bids shall be taken within original validity period of Bids and time period allowed to procuring entity for taking decision. If the decision is not taken within the original validity period or time limit allowed for taking decision, the matter shall be referred to the next higher authority in delegation of financial powers for decision.

c) Before award of the contract, the procuring entity shall ensure that the price of successful Bid is reasonable and consistent with the required quality.

d) A Bid shall be treated as successful only after the competent authority has approved the procurement in terms of that Bid.

e) The procuring entity shall award the contract to the bidder whose offer has been determined to be the lowest or most advantageous in accordance with the evaluation criteria set out in the bidding document and if the bidder has been determined to be qualified to perform the contract satisfactorily on the basis of qualification criteria fixed for the bidders in the bidding document for the subject matter of procurement.

f) Prior to the expiration of the period of bid validity, the procuring entity shall inform the successful bidder, in writing, that its Bid has been accepted.

g) As soon as a Bid is accepted by the competent authority, its written intimation shall be sent to the concerned bidder by registered post or email and asked to execute an agreement in the format given in the bidding documents on a non-judicial stamp of requisite value and deposit the amount of performance security or a performance security declaration, if applicable, within a period specified in the bidding documents or where the period is not specified in the bidding documents then within fifteen days from the date on which the letter of acceptance or letter of intent is dispatched to the bidder.

h) If the issuance of formal letter of acceptance is likely to take time, in the meanwhile a Letter of Intent (LOI) may be sent to the bidder. The acceptance of an offer is complete as soon as the letter of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the bidder given in the bidding document. Until a formal contract is executed, the letter of acceptance or LOI shall constitute a binding contract.

i) The bid security of the bidders who’s Bids could not be accepted shall be refunded soon after the contract with the successful bidder is signed and its performance security is obtained.

25) Information and publication of award

Information of award of contract shall be communicated to all participating bidders and published on the respective website(s) as specified in NIB.

26) Procuring entity’s right to accept or reject any or all Bids

The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the bidders.

27) Right to Vary Quantity and Repeat Orders a) If the procuring entity does not procure any subject matter of procurement or procures less than

the quantity specified in the bidding documents due to change in circumstances, the bidder shall not be entitled for any claim or compensation except otherwise provided in the bidding documents.

b) Repeat orders for extra items or additional quantities may be placed, if it is provided in the bidding documents, on the rates and conditions given in the contract if the original order was given after inviting open competitive bids. Delivery or completion period may also be proportionately increased. The limits of repeat order shall be as under: - 1) 50% of the quantity of the individual items and 50% of the value of original contract in case

of works; and 2) 50% of the value of goods or services of the original contract.

Page 34: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 34 of 265

The quantities mentioned in the Bid are indicative/ approx. and shall only be used for the purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and commissioned as per scope of work. However, Lump sum and Job cost shall be paid as per quote provided by bidder. c) The items of which quantities are not mentioned (Rate Only), the quantity of such items may be

procured as per requirement of the project.

28) Rate Analysis for Items Not Given in BoQ, But May Require at Site a) Some of the items may be require at site as per technical requirement, which are not available

in BoQ as items and quantity. b) The following process will be adopted for such items:-

The basic rate giving in the companies/OEM price list of material.

Prevailing discount in the market.

Addition of excise duty, CST, VAT or GST (Whichever is applicable) on basic rates.

Transportation Cost.

Installation cost, Service Tax on installation cost.

Implementation cost on procurement & installation cost.

10 % of Contractor Profit. 28) Performance Security

a) Prior to execution of agreement, Performance security shall be solicited from all successful bidders except the departments of the State Government and undertakings, corporations, autonomous bodies, registered societies, co-operative societies which are owned or controlled or managed by the State Government and undertakings of the Central Government. However, a performance security declaration shall be taken from them. The State Government may relax the provision of performance security in particular procurement or any class of procurement.

b) The amount of performance security shall be 5%, or as may be specified in the bidding document, of the amount of supply order in case of procurement of goods and services. In case of Small Scale Industries (SSI) of Rajasthan, it shall be 1% of the amount of quantity ordered for supply of goods and in case of sick industries, other than SSI, whose cases are pending before the Board of Industrial and Financial Reconstruction (BIFR), it shall be 2% of the amount of supply order.

c) Performance security shall be furnished in any one of the following forms: - a. deposit though eGRAS; b. Bank Draft or Banker's Cheque of a scheduled bank; c. National Savings Certificates and any other script/ instrument under National

Savings Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of bid and formally transferred in the name of procuring entity with the approval of Head Post Master;

d. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other conditions regarding bank guarantee shall be same as mentioned in the bidding document for bid security;

e. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity on account of bidder and discharged by the bidder in advance. The procuring entity shall ensure before accepting the FDR that the bidder furnishes an undertaking from the bank to make payment/premature payment of the FDR on demand to the procuring entity without requirement of consent of the bidder concerned. In the event of forfeiture of the performance security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

Page 35: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 35 of 265

d) Performance security furnished in the form specified in clause [b.] to [e.] of (c)above shall remain valid for a period of 60 days beyond the date of completion of all contractual obligations of the bidder, including warranty obligations and maintenance and defect liability period.

e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited, including interest, if any, in the following cases:-

a. When any terms and condition of the contract is breached. b. When the bidder fails to make complete supply as per the scope of tender document. c. if the bidder breaches any provision of code of integrity, prescribed for bidders, specified

in the bidding document. f) Notice will be given to the bidder with reasonable time before PSD deposited is forfeited. g) No interest shall be payable on the PSD.

29) Execution of agreement

a) A procurement contract shall come into force from the date on which the agreement is signed. b) The successful bidder shall sign the procurement contract within 15 days from the date on which

the letter of acceptance or letter of intent is despatched to the successful bidder. c) If the bidder, who’sBid has been accepted, fails to sign a written procurement contract or fails to

furnish the required performance security within specified period, the procuring entity shall take action against the successful bidder as per the provisions of the bidding document and Act. The procuring entity may, in such case, cancel the procurement process or if it deems fit, offer for acceptance the rates of lowest or most advantageous bidder to the next lowest or most advantageous bidder, in accordance with the criteria and procedures set out in the bidding document.

d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at its cost and to be purchase from anywhere in Rajasthan only.

e) Bidder has also to sign Non-Disclosure agreement with the tendering authority as per indicative format attached in Annexure 22.

30) Confidentiality a) Notwithstanding anything contained in this bidding document but subject to the provisions of

any other law for the time being in force providing for disclosure of information, a procuring entity shall not disclose any information if such disclosure, in its opinion, is likely to: - a. impede enforcement of any law; b. affect the security or strategic interests of India; c. affect the intellectual property rights or legitimate commercial interests of bidders; d. affect the legitimate commercial interests of the procuring entity in situations that may

include when the procurement relates to a project in which the procuring entity is to make a competitive bid, or the intellectual property rights of the procuring entity.

b) The procuring entity shall treat all communications with bidders related to the procurement process in such manner as to avoid their disclosure to competing bidders or to any other person not authorised to have access to such information.

c) The procuring entity may impose on bidders and sub-contractors, if there are any for fulfilling the terms of the procurement contract, conditions aimed at protecting information, the disclosure of which violates (a) above.

d) In addition to the restrictions specified above, the procuring entity, while procuring a subject matter of such nature which requires the procuring entity to maintain confidentiality, may impose condition for protecting confidentiality of such information.

31) Cancellation of procurement process

a) If any procurement process has been cancelled, it shall not be reopened but it shall not prevent the procuring entity from initiating a new procurement process for the same subject matter of procurement, if required.

Page 36: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 36 of 265

b) A procuring entity may, for reasons to be recorded in writing, cancel the process of procurement initiated by it - a. at any time prior to the acceptance of the successful Bid; or b. after the successful Bid is accepted in accordance with (d) and (e) below.

c) The procuring entity shall not open any bids or proposals after taking a decision to cancel the procurement and shall return such unopened bids or proposals.

d) The decision of the procuring entity to cancel the procurement and reasons for such decision shall be immediately communicated to all bidders that participated in the procurement process.

e) If the bidder who’sBid has been accepted as successful fails to sign any written procurement contract as required, or fails to provide any required security for the performance of the contract, the procuring entity may cancel the procurement process.

f) If a bidder is convicted of any offence under the Act, the procuring entity may: - a. cancel the relevant procurement process if the Bid of the convicted bidder has been declared

as successful but no procurement contract has been entered into; b. rescind (cancel) the relevant contract or forfeit the payment of all or a part of the

contract value if the procurement contract has been entered into between the procuring entity and the convicted bidder.

32) Code of Integrity for Bidders

a) No person participating in a procurement process shall act in contravention of the code of integrity prescribed by the State Government.

b) The code of integrity include provisions for: - a. Prohibiting

i. any offer, solicitation or acceptance of any bribe, reward or gift or any material benefit, either directly or indirectly, in exchange for an unfair advantage in the procurement process or to otherwise influence the procurement process;

ii. any omission, including a misrepresentation that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;

iii. any collusion, bid rigging or anti-competitive behaviour to impair the transparency, fairness and progress of the procurement process;

iv. improper use of information shared between the procuring entity and the bidders with an intent to gain unfair advantage in the procurement process or for personal gain;

v. any financial or business transactions between the bidder and any officer or employee of the procuring entity;

vi. any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process;

vii. any obstruction of any investigation or audit of a procurement process; b. disclosure of conflict of interest; c. Disclosure by the bidder of any previous transgressions with any entity in India or any other

country during the last three years or of any debarment by any other procuring entity. c) Without prejudice to the provisions below, in case of any breach of the code of integrity by a

bidder or prospective bidder, as the case may be, the procuring entity may take appropriate measures including: - a. exclusion of the bidder from the procurement process; b. calling-off of pre-contract negotiations and forfeiture or encashment of bid security; c. forfeiture or encashment of any other security or bond relating to the procurement; d. recovery of payments made by the procuring entity along with interest thereon at bank rate; e. cancellation of the relevant contract and recovery of compensation for loss incurred by the

procuring entity; f. Debarment of the bidder from participation in future procurements of the procuring entity

for a period not exceeding three years.

Page 37: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 37 of 265

33) Conflict of Interest A Bidder may be considered to be in conflict of interest with one or more parties in a bidding process if, including but not limited to:-

a) they have controlling partners in common; b) they receive or have received any direct or indirect subsidy from any of them; c) they have the same legal representative for purposes of the bid; d) they have a relationship with each other, directly or through common third parties, that puts

them in a position to have access to information about or influence on the bid of another; e) A bidder participates in more than one bid in the same bidding process. However, this does not

limit the inclusion of the same sub-contractor, not otherwise participating as a bidder, in more than one bid; or

f) A bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the subject matter of procurement of the bidding process. All bidders shall provide in Eligibility Criteria documents, a statement that the bidder is neither associated nor has been associated directly or indirectly, with the consultant or any other entity that has prepared the design, specifications and other documents for the subject matter of procurement or being proposed as Project Manager for the contract.

34) Interference with Procurement Process A bidder, who: - a) withdraws from the procurement process after opening of financial bids; b) withdraws from the procurement process after being declared the successful bidder; c) fails to enter into procurement contract after being declared the successful bidder; d) fails to provide performance security or any other document or security required in terms of

the bidding documents after being declared the successful bidder, without valid grounds, shall, in addition to the recourse available in the bidding document or the contract, be punished with fine which may extend to fifty lakh rupees or ten per cent of the assessed value of procurement, whichever is less.

35) Appeals

a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective bidder is aggrieved that any decision, action or omission of the procuring entity is in contravention to the provisions of the Act or the rules or guidelines issued there under, he may file an appeal to such officer of the procuring entity, as may be designated by it for the purpose, within a period of10 days from the date of such decision or action, omission, as the case may be, clearly giving the specific ground or grounds on which he feels aggrieved: a. Provided that after the declaration of a bidder as successful in terms of “Award of Contract”,

the appeal may be filed only by a bidder who has participated in procurement proceedings: b. Provided further that in case a procuring entity evaluates the technical Bid before the

opening of the financial Bid, an appeal related to the matter of financial Bid may be filed only by a bidder whose technical Bid is found to be acceptable.

b) The officer to whom an appeal is filed under (a) above shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal.

c) If the officer designated under (a) above fails to dispose of the appeal filed under that sub-section within the period specified in (c) above, or if the bidder or prospective bidder or the procuring entity is aggrieved by the order passed, the bidder or prospective bidder or the procuring entity, as the case may be, may file a second appeal to an officer or authority designated by the State Government in this behalf within 15 days from the expiry of the period specified in (c) above or of the date of receipt of the order passed under (b) above, as the case may be.

Page 38: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 38 of 265

d) The officer or authority to which an appeal is filed under (c) above shall deal with the appeal as expeditiously as possible and shall endeavour to dispose it of within 30 days from the date of filing of the appeal:

e) The officer or authority to which an appeal may be filed under (a) or (d) above shall be : First Appellate Authority: Principal Secretary, IT&C, GoR Second Appellate Authority: Secretary (Budget),Finance Department, GoR

f) Form of Appeal: a. Every appeal under (a) and (c) above shall be as per Annexure-20 along with as many

copies as there are respondents in the appeal. b. Every appeal shall be accompanied by an order appealed against, if any, affidavit

verifying the facts stated in the appeal and proof of payment of fee. c. Every appeal may be presented to First Appellate Authority or Second Appellate

Authority, as the case may be, in person or through registered post or authorised representative.

g) Fee for Appeal: Fee for filing appeal: a. Fee for first appeal shall be rupees two thousand five hundred and for second appeal

shall be rupees ten thousand, which shall be non-refundable. b. The fee shall be paid in the form of bank demand draft or banker’s cheque of a

Scheduled Bank payable in the name of Appellate Authority concerned. h) Procedure for disposal of appeal:

a. The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.

b. On the date fixed for hearing, the First Appellate Authority or Second Appellate Authority, as the case may be, shall,-

i. hear all the parties to appeal present before him; and ii. Peruse or inspect documents, relevant records or copies thereof relating to the

matter. c. After hearing the parties, perusal or inspection of documents and relevant records or

copies thereof relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.

d. The order passed under (c) shall also be placed on the State Public Procurement Portal. i) No information which would impair the protection of essential security interests of India, or

impede the enforcement of law or fair competition, or prejudice the legitimate commercial interests of the bidder or the procuring entity, shall be disclosed in a proceeding under an appeal.

36) Stay of procurement proceedings While hearing of an appeal, the officer or authority hearing the appeal may, on an application made in this behalf and after affording a reasonable opportunity of hearing to the parties concerned, stay the procurement proceedings pending disposal of the appeal, if he, or it, is satisfied that failure to do so is likely to lead to miscarriage of justice.

37) Vexatious Appeals & Complaints Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint under the “The Rajasthan Transparency Public Procurement Act 2012”, with the intention of delaying or defeating any procurement or causing loss to any procuring entity or any other bidder, shall be punished with fine which may extend to twenty lakh rupees or five per cent of the value of procurement, whichever is less.

38) Offenses by Firms/ Companies

a) Where an offence under “The Rajasthan Transparency Public Procurement Act 2012” has been committed by a company, every person who at the time the offence was committed was in

Page 39: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 39 of 265

charge of and was responsible to the company for the conduct of the business of the company, as well as the company, shall be deemed to be guilty of having committed the offence and shall be liable to be proceeded against and punished accordingly: Provided that nothing contained in this sub-section shall render any such person liable for any punishment if he proves that the offence was committed without his knowledge or that he had exercised all due diligence to prevent the commission of such offence.

b) Notwithstanding anything contained in (a) above, where an offence under this Act has been committed by a company and it is proved that the offence has been committed with the consent or connivance of or is attributable to any neglect on the part of any director, manager, secretary or other officer of the company, such director, manager, secretary or other officer shall also be deemed to be guilty of having committed such offence and shall be liable to be proceeded against and punished accordingly.

c) For the purpose of this section- a. "company" means a body corporate and includes a limited liability partnership, firm,

registered society or co- operative society, trust or other association of individuals; and b. "director" in relation to a limited liability partnership or firm, means a partner in the

firm. d) Abetment of certain offenses: Whoever abets an offence punishable under this Act, whether or

not that offence is committed in consequence of that abetment, shall be punished with the punishment provided for the offence.

39) Debarment from Bidding

a) A bidder shall be debarred by the State Government if he has been convicted of an offence a. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988); or b. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any other law for the

time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract.

b) A bidder debarred under (a) above shall not be eligible to participate in a procurement process of any procuring entity for a period not exceeding three years commencing from the date on which he was debarred.

c) If a procuring entity finds that a bidder has breached the code of integrity prescribed in terms of “Code of Integrity for bidders” above, it may debar the bidder for a period not exceeding three years.

d) Where the entire bid security or the entire performance security or any substitute thereof, as the case may be, of a bidder has been forfeited by a procuring entity in respect of any procurement process or procurement contract, the bidder may be debarred from participating in any procurement process undertaken by the procuring entity for a period not exceeding three years.

e) The State Government or a procuring entity, as the case may be, shall not debar a bidder under this section unless such bidder has been given a reasonable opportunity of being heard.

40) Monitoring of Contract

a) An officer or a committee of officers named Contract Monitoring Committee (CMC) may be nominated by procuring entity to monitor the progress of the contract during its delivery period.

b) During the delivery period the CMC shall keep a watch on the progress of the contract and shall ensure that quantity of goods and service delivery is in proportion to the total delivery period given, if it is a severable contract, in which the delivery of the goods and service is to be obtained continuously or is batched. If the entire quantity of goods and service is to be delivered in the form of completed work or entire contract like fabrication work, the process of completion of work may be watched and inspections of the selected bidder’s premises where the work is being completed may be inspected.

Page 40: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 40 of 265

c) If delay in delivery of goods and service is observed a performance notice would be given to the selected bidder to speed up the delivery.

d) Any change in the constitution of the firm, etc. shall be notified forth with by the contractor in writing to the procuring entity and such change shall not relieve any former member of the firm, etc., from any liability under the contract.

e) No new partner/ partners shall be accepted in the firm by the selected bidder in respect of the contract unless he/ they agree to abide by all its terms, conditions and deposits with the procuring entity through a written agreement to this effect. The bidder’s receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the purpose of the contract.

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the permission of procuring entity.

Page 41: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 41 of 265

6. GENERAL TERMS AND CONDITIONS OF TENDER &CONTRACT Bidders should read these conditions carefully and comply strictly while sending their bids.

Definitions For the purpose of clarity, the following words and expressions shall have the meanings hereby assigned to them: - a) “Contract” means the Agreement entered into between the Purchaser and the successful/ selected

bidder, together with the Contract Documents referred to therein, including all attachments, appendices, and all documents incorporated by reference therein.

b) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.

c) “Contract Price” means the price payable to the successful/ selected bidder as specified in the Agreement, subject to such additions and adjustments thereto or deductions there from, as may be made pursuant to the Contract.

d) “Day” means a calendar day. e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to the Purchaser in

accordance with the terms and conditions set forth in the Contract. f) “Completion” means the fulfilment of the related services by the successful/ selected bidder in

accordance with the terms and conditions set forth in the Contract. g) “Goods” means all of the commodities, raw material, machinery and equipment, and/or other

materials that the successful/ selected bidder is required to supply to the Purchaser under the Contract.

h) “Purchaser” means the entity purchasing the Goods and related services, as specified in the bidding document.

i) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other similar obligations of the successful/ selected bidder under the Contract.

j) “Subcontractor” means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the related services is subcontracted by the successful/ selected bidder.

k) “Supplier/ Successful or Selected bidder” means the person, private or government entity, or a combination of the above, whose Bid to perform the Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the successful/ selected bidder.

l) “The Site,” where applicable, means the designated project place(s) named in the bidding document.

Note: The bidder shall be deemed to have carefully examined the conditions, specifications, size, make and drawings, etc., of the goods to be supplied and related services to be rendered. If the bidder has any doubts as to the meaning of any portion of these conditions or of the specification, drawing, etc., he shall, before submitting the Bid and signing the contract refer the same to the procuring entity and get clarifications. 1) Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

2) Interpretation

a) If the context so requires it, singular means plural and vice versa. b) Entire Agreement: The Contract constitutes the entire agreement between the Purchaser and

the Supplier/ Selected bidder and supersedes all communications, negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

Page 42: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 42 of 265

c) Amendment: No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

f) Severability: If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

3) Language a) The Contract as well as all correspondence and documents relating to the Contract exchanged by

the successful/ selected bidder and the Purchaser, shall be written in English language only. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the special conditions of the contract, in which case, for purposes of interpretation of the Contract, this translation shall govern.

b) The successful/ selected bidder shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

4) Eligible Goods and Related Services a) For purposes of this Clause, the term “goods” includes commodities, raw material, machinery,

equipment, and industrial plants; and “related services” includes services such as insurance, transportation, supply, installation, integration, testing, commissioning, training, and initial maintenance.

b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM) should be the ones which are produced in volume and are used by a large number of users in India/ abroad. All products quoted by the successful/ selected bidder must be associated with specific make and model number, item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the bidder/ supplier. Also, the bidder is to quote/ propose only one make/ model against the respective item.

c) The OEM/ Vendor of the quoted product must have its own registered spares depot in India having adequate inventory of the equipment being quoted for providing the necessary spares as per the requirements of the bidding document.

d) Bidder must quote products in accordance with above clause “Eligible goods and related services”.

5) Notices

a) Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the contract. The term “in writing” means communicated in written form with proof of dispatch and receipt.

b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

6) Service of Notices Documents & Orders A. Any notice given by one party to the other pursuant to the Contract shall be in writing to the

address specified in the contract. The term “in writing” means communicated in written form with proof of dispatch and receipt.

Page 43: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 43 of 265

B. A notice, document or order shall be deemed to be served on any individual by – a. delivering it to the person personally; or b. leaving it at, or sending it by post/authorised e-mail to, the address of the place of

residence or business of the person last known; c. On a body corporate by leaving it at, or sending it by post/authorised e-mail to, the

registered office of the body corporate. C. A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

7) Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the Rajasthan State/ the Country (India), unless otherwise specified in the contract.

8) Scope of Supply

a) Subject to the provisions in the bidding document and contract, the goods and related services to be supplied shall be as specified in the bidding document.

b) Unless otherwise stipulated in the Contract, the scope of supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining delivery and completion of the goods and related services as if such items were expressly mentioned in the Contract.

c) The bidder shall not quote and supply and hardware/ software that is likely to be declared as End of Sale in next 6 months and End of Service/ Support for a period of 6 Years from the last date of bid submission. OEMs are required to mention this in the MAF for all the quoted hardware/ software. If any of the hardware/ software is found to be declared as End of Sale/ Service/ Support, then the bidder shall replace all such hardware/ software with the latest ones having equivalent or higher specifications without any financial obligation to the purchaser.

9) Delivery & Installation a) Subject to the conditions of the contract, the delivery of the goods and completion of the related

services shall be in accordance with the delivery and completion schedule specified in the bidding document. The details of supply/ shipping and other documents to be furnished by the successful/ selected bidder are specified in the bidding document and/ or contract.

b) The contract for the supply can be repudiated at any time by the purchase officer, if the supplies are not made to his satisfaction after giving an opportunity to the bidder of being heard and recording the reasons for repudiation.

c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the ordered materials/ system as per specifications within the specified delivery/ completion period at various departments and/ or their offices/ locations mentioned in the PO/ WO.

d) Shifting the place of Installation: The user will be free to shift the place of installation within the same city /town/ district/ division. The successful/ selected bidder shall provide all assistance, except transportation, in shifting of the equipment. However, if the city/town is changed, additional charges of assistance in shifting and providing maintenance services for remaining period would be decided mutually.

10) Supplier’s/ Selected Bidder’s Responsibilities The Supplier/ Selected Bidder shall supply all the goods and related services included in the scope of supply in accordance with the provisions of bidding document and/ or contract.

11) Purchaser’s Responsibilities

a) Whenever the supply of goods and related services requires that the Supplier/ Selected Bidder obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier/ Selected Bidder, make its best effort to assist the Supplier/ Selected Bidder in complying with such requirements in a timely and expeditious manner.

Page 44: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 44 of 265

b) The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with the general and special conditions of the contract.

12) Contract Price

a) The Contract Price shall be paid as specified in the contract subject to any additions and adjustments thereto, or deductions there from, as may be made pursuant to the Contract.

b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier/ Selected Bidder in its bid, with the exception of any price adjustments authorized in the special conditions of the contract.

13) Recoveries from Supplier/ Selected Bidder a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be made

ordinarily from bills. b) The Purchase Officer shall withhold amount to the extent of short supply, broken/ damaged or

for rejected articles unless these are replaced satisfactorily. In case of failure to withhold the amount, it shall be recovered from his dues and performance security deposit available under this contract with tendering authority.

c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and when recovery is not possible, the Purchase Officer shall take recourse to law in force.

14) Taxes & Duties

a) The TDS, Raj-VAT, Service Tax/ GST (Whichever is applicable)etc., if applicable, shall be deducted at source/ paid by tendering authority as per prevailing rates.

b) For goods supplied from outside India, the successful/ selected bidder shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the country.

c) For goods supplied from within India, the successful/ selected bidder shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

d) If any tax exemptions, reductions, allowances or privileges may be available to the successful/ selected bidder in India, the Purchaser shall use its best efforts to enable the successful/ selected bidder to benefit from any such tax savings to the maximum allowable extent.

15) Copyright The copyright in all drawings, design documents, source code and other materials containing data and information furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in the Purchaser, or, if they are furnished to the Purchaser directly or through the Supplier/ Selected Bidder by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

16) Confidential Information

a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any drawings, documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier/ Selected Bidder shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier/ Selected Bidder.

Page 45: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 45 of 265

c) The Purchaser shall not use such documents, data, and other information received from the Supplier/ Selected Bidder for any purposes unrelated to the Contract. Similarly, the Supplier/ Selected Bidder shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

d) The obligation of a party under sub-clauses above, however, shall not apply to information that: - i. the Purchaser or Supplier/ Selected Bidder need to share with tendering authority or other

institutions participating in the Contract; ii. now or hereafter enters the public domain through no fault of that party;

iii. can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

iv. otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

e) The above provisions shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the supply or any part thereof.

f) The provisions of this clause shall survive completion or termination, for whatever reason, of the Contract.

17) Sub-contracting a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other

agency without the permission of Purchaser/ Tendering Authority. b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all subcontracts

awarded under the Contract, if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier/ Selected Bidder from any of its obligations, duties, responsibilities, or liability under the Contract.

c) Subcontractors, if permitted, shall comply with the provisions of bidding document and/ or contract.

18) Specifications and Standards a) All articles supplied shall strictly conform to the specifications, trademark laid down in the

bidding document and wherever articles have been required according to ISI/ ISO/ other applicable specifications/ certifications/ standards, those articles should conform strictly to those specifications/ certifications/ standards. The supply shall be of best quality and description. The decision of the competent authority/ purchase committee whether the articles supplied conforms to the specifications shall be final and binding on the supplier/ selected bidder.

b) Technical Specifications and Drawings i. The Supplier/ Selected Bidder shall ensure that the goods and related services comply with

the technical specifications and other provisions of the Contract. ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any design, data,

drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

iii. The goods and related services supplied under this Contract shall conform to the standards mentioned in bidding document and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods.

c) Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the bidding document. During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with the general conditions of the contract.

Page 46: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 46 of 265

d) The supplier/ selected bidder must certify that all the goods are new, unused, and of the agreed make and models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

e) The supplier/ selected bidder should further warrant that the Goods shall be free from defects arising from any act or omission of the supplier/ selected bidder or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the place of final destination.

19) Packing and Documents a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit.

b) The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the contract, and in any other instructions ordered by the Purchaser.

20) Insurance a) The Goods supplied under the Contract shall be fully insured against loss by theft, destruction or

damage incidental to manufacture or acquisition, transportation, storage, fire, flood, under exposure to weather and delivery at the designated project locations, in accordance with the applicable terms. The insurance charges will be borne by the supplier and Purchaser will not be required to pay such charges if incurred.

b) The goods will be delivered at the FOR destination in perfect condition.

21) Transportation a) The successful bidder/ selected bidder shall be responsible for transport by sea, rail and road or

air or any means of transport and delivery of the material in the good condition to the consignee at destination. In the event of any loss, damage, breakage or leakage or any shortage the bidder shall be liable to make good such loss and shortage found at the checking/ inspection of the material by the consignee. No extra cost on such account shall be admissible.

b) All goods must be sent freight paid through Railways or any means of goods transport. If goods are sent freight to pay, the freight together with departmental charge @5% of the freight will be recovered from the successful bidder’s/ selected bidder’s bill.

c) R.R. should be sent under registered cover through Bank only. d) In case supply is desired to be sent by the purchase officer by passenger train, the entire railway

freight will be borne by the bidder. e) Remittance charges on payment made shall be borne by the bidder.

22) Inspection

a) The Purchase Officer or his duly authorized representative shall at all reasonable time have access to the supplier’s/ selected bidder’s premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the goods/ equipment/ machineries during manufacturing process or afterwards as may be decided.

b) The supplier/ selected bidder shall furnish complete address of the premises of his factory, office, go-down and workshop where inspection can be made together with name and address of the person who is to be contacted for the purpose.

c) After successful inspection, it will be supplier’s/ selected bidder’s responsibility to dispatch and install the equipment at respective locations without any financial liability to the Purchaser.

Page 47: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 47 of 265

However, supplies when received at respective locations shall be subject to inspection to ensure whether they conform to the specification.

23) Samples a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for articles/ goods

marked in the BoM shall be accompanied by four sets of samples of the articles quoted properly packed. Such samples if submitted personally will be received in the office. A receipt will be given for each sample by the officer receiving the samples. Samples if sent by train, etc., should be despatched freight paid and the R/R or G.R. should be sent under a separate registered cover. Samples for catering/ food items should be given in a plastic box or in polythene bags at the cost of the bidder.

b) Each sample shall be marked suitably either by written on the sample or on a slip of durable paper securely fastened to the sample, the name of the bidder and serial number of the item, of which it is a sample in the schedule.

c) Approved samples would be retained free of cost upto the period of six months after the expiry of the contract. Tendering authority shall not be responsible for any damage, wear and tear or loss during testing, examination, etc., during the period these samples are retained. The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of stipulated period. Tendering authority shall in no way make arrangements to return the samples. The samples uncollected within 9 months after expiry of contract shall be forfeited by tendering authority and no claim for their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the unsuccessful bidder. Tendering authority will not be responsible for any damage, wear and tear, or loss during testing, examination, etc., during the period these samples are retained. The uncollected samples shall be forfeited and no claim for their cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they conform to the specifications or with the approved samples. Where necessary or prescribed or practical, tests shall be carried out in Government laboratories, reputed testing house like STQC (ETDC) and the like and the supplies will be accepted only when the articles conform to the standard of prescribed specifications as a result of such tests.

f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser carry out all such tests and/ or inspections of the Goods and Related Services as are specified in the bidding document.

24) Drawl of Samples In case of tests, wherever feasible, samples shall be drawn in four sets in the presence of supplier/ bidder/ selected bidder or his authorised representative and properly sealed in their presence. Once such set shall be given to them, one or two will be sent to the laboratories and/ or testing house and the third or fourth will be retained in the office for reference and record.

25) Testing charges

Testing charges shall be borne by the Government. In case, test results showing that supplies are not upto the prescribed standards or specifications, the testing charges shall be payable by the selected bidder.

26) Rejection

a) Articles not approved during inspection or testing shall be rejected and will have to be replaced by the selected bidder at his own cost within the time fixed by the Purchase Officer.

b) If, however, due to exigencies of tendering authority work, such replacement either in whole or in part, is not considered feasible, the Purchase Officer after giving an opportunity to the selected bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the approved rates. The deduction so made shall be final.

Page 48: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 48 of 265

c) The rejected articles shall be removed by the supplier/ bidder/ selected bidder within 15 days of intimation of rejection, after which Purchase Officer shall not be responsible for any loss, shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the selected bidder’s risk and on his account.

d) The manpower deputed by the supplier shall be reviewed by the purchaser in terms of its qualifications, experience, efficiency, cooperation, discipline and performance and services. The purchaser, upon finding any deficiency in any of the parameter, may reject any of the manpower by giving 15 days’ time, as decided by the purchaser, which the selected bidder has to replace within the given time frame.

e) If, however, due to exigencies of SDC work, such replacement either in whole or in part, is not considered feasible, the Purchaser Officer after giving an opportunity to the selected bidder of being heard shall for reasons to be recorded, deduct penalty equals to twice the amount Amount defined in the column “8”,”5”and ”8” of tables “Minimum Manpower Resources table”, “Additional Manpower Table” and “Manpower Resource Table for Near DR” respectively .i.e “Manpower availability service levels” of chapter 7: “SPECIAL TERMS AND CONDITIONS OF CONTRACT” from the quarterly payment. The deduction so made shall be final.

27) Extension in Delivery Period and Liquidated Damages (LD) a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder fails to deliver

any or all of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in (d) below for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in the bidding document and/ or contract. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to clause “Termination”.

b) The time specified for delivery in the bidding document shall be deemed to be the essence of the contract and the supplier/ selected biddershall arrange goods supply and related services within the specified period.

c) Delivery and installation/ completion period may be extended with or without liquidated damages, if the delay in the supply of goods or service is on account of hindrances beyond the control of the supplier/ selected bidder. i. The supplier/ selected bidder shall request in writing to the Purchaser giving reasons for

extending the delivery period of service, if he finds himself unable to complete the supply of goods or service within the stipulated delivery period or is unable to maintain prorate progress in the supply of goods or service delivery. This request shall be submitted as soon as a hindrance in delivery of goods and service occurs or within 15 days from such occurrence but before expiry of stipulated period of completion of delivery of goods and service after which such request shall not be entertained.

ii. The Purchaser shall examine the justification of causes of hindrance in the delivery of goods and service and the period of delay occurred due to that and recommend the competent authority on the period of extension which should be granted with or without liquidated damages.

iii. Normally, extension in delivery period of goods and service in following circumstances may be considered without liquidated damages: a. When delay has occurred due to delay in supply of drawings, designs, plans etc. if the

tendering authoritywas required to supply them to the supplier of goods or service provider as per terms of the contract.

b. When delay has occurred in supply of materials etc. if these were required to be supplied to the supplier or service provider by the tendering authorityas per terms of the contract.

iv. If the competent authority agrees to extend the delivery period/ schedule, an amendment to the contract with suitable denial clauses and with or without liquidated damages, as the case

Page 49: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 49 of 265

may be, shall be issued. The amendment letter shall mention that no extra price or additional cost for any reason, what so ever beyond the contracted cost shall be paid for the delayed supply of goods and service.

v. It shall be at the discretion of the concerned authority to accept or not to accept the supply of goods and/ or services rendered by the contractor after the expiry of the stipulated delivery period, if no formal extension in delivery period has been applied and granted. The competent authority shall have right to cancel the contract with respect to undelivered goods and/ or service.

vi. If tendering authorityis in need of the good and/ or service rendered after expiry of the stipulated delivery period, it may accept the services and issue a letter of extension in delivery period with usual liquidated damages and denial clauses to regularize the transaction.

d) In case of extension in the delivery and/ or installation/ completion/ commissioning period is granted with full liquidated damages, the recovery shall be made on the basis of following percentages of value of CAPEX : -

No. Condition LD %*

a. Delay up to one fourth period of the prescribed period of delivery, successful installation and completion of work i.e. FAT

2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed period of delivery, successful installation and completion of work i.e. FAT

5.0 %

c. Delay exceeding half but not exceeding three fourth of the prescribed period of delivery, successful installation and completion of work i.e. FAT

7.5 %

d. Delay exceeding three fourth of the prescribed period of delivery, successful installation and completion of work i.e. FAT

10.0 %

i. Fraction of a day in reckoning period of delay in supplies, successful installation and completion of work shall be eliminated, if it is less than half a day.

ii. The maximum amount of liquidated damages shall be 10% of the contract value. iii. *The percentage refers to the payment due for the associated works/ goods/ service.

28) Authenticity of Equipment

a) The selected bidder shall certify (as per Annexure-13) that the supplied goods are brand new, genuine/ authentic, not refurbished, conform to the description and quality as specified in this bidding document and are free from defects in material, workmanship and service.

b) If during the contract period, the said goods be discovered counterfeit/ unauthentic or not to conform to the description and quality aforesaid or have determined (and the decision of the Purchase Officer in that behalf will be final and conclusive), notwithstanding the fact that the purchaser may have inspected and/ or approved the said goods, the purchaser will be entitled to reject the said goods or such portion thereof as may be discovered not to conform to the said description and quality, on such rejection the goods will be at the selected bidder’s risk and all the provisions relating to rejection of goods etc., shall apply. The selected bidder shall, if so called upon to do, replace the goods etc., or such portion thereof as is rejected by Purchase Officer, otherwise the selected bidder shall pay such damage as may arise by the reason of the breach of the condition herein contained. Nothing herein contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or otherwise.

c) Goods accepted by the purchaser in terms of the contract shall in no way dilute purchaser’s right to reject the same later, if found deficient in terms of the this clause of the contract.

29) Warranty a) The bidder must supply all items with comprehensive on-site OEM warranty valid for five years

(Excluding battery which shall be considered with 3 years onsite replacement warranty) after the goods, or any portion thereof as the case may be, have been delivered to, installed and accepted

Page 50: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 50 of 265

at the final destination(s) indicated in the bidding document. However, if delay of installation is more than a month’s time due to the reasons ascribed to the bidder, the warranty shall start from the date of last successful installation of the items covered under the PO.

b) At the time of goods delivery, the selected bidder shall submit a certificate/ undertaking from all the respective OEMs mentioning the fact that the goods supplied are covered under comprehensive warranty & support for the prescribed period.

c) The purchaser shall give a written notice to the selected bidder stating the nature of any defect together with all available evidence thereof, promptly following the discovery thereof. The purchaser shall afford all reasonable opportunity for the selected bidder to inspect such defects. Upon receipt of such notice, the selected bidder shall expeditiously cause to repair the defective goods or parts thereof or replace the defective goods or parts thereof with brand new genuine/ authentic ones having similar or higher specifications from the respective OEM, at no cost to the Purchaser. Any goods repaired or replaced by the selected bidder shall be delivered at the respective location without any additional costs to the purchaser.

d) If having been notified, the selected bidder fails to remedy the defect within the period specified, the purchaser may proceed to take within a reasonable period such remedial action as may be necessary, in addition to other recourses available in terms and conditions of the contract and bidding document.

e) During the warranty period, the bidder shall also be responsible to ensure adequate and timely availability of spare parts needed for repairing the supplied goods.

f) The warranty on supplied software media, if any, should be at least 90 days.

30) Maintenance Contract a. The service provider shall observe any defect /malfunctioning in hardware/software as a part of

FMS services and promptly generate a ticket in Help desk tool for the same for rectification of the defect/malfunction. The service provider shall record nature of the defect together with all available evidence thereof, promptly following the discovery thereof. Upon generating of such ticket, the selected bidder shall expeditiously cause to repair the defective goods or parts thereof or replace the defective goods or parts thereof with brand new genuine/ authentic ones/software /patches/drivers having similar or higher specifications from the respective OEM, at no cost to the Purchaser. Any goods repaired or replaced/software by the selected bidder shall be delivered at the respective location without any additional costs to the purchaser.

b. If having been notified i.e. generation of ticket, the selected bidder fails to remedy the defect within the period specified, the purchaser may proceed to take remedial action as may be necessary and the cost of the same will be deducted from payment of selected bidder.

c. During the maintenance and support contract period, the bidder shall be responsible to ensure adequate and timely availability of spare parts needed for repairing the equipments/parts. The bidder has to see the end of support/end of sale/end of service dates being declared by respective OEM’s time to time and make necessary arrangements of spares for catering maintenance needs of equipments/parts during entire contract period. In case, at the time of resolution of any compliant, the equipment(s)/part(s) is found non-serviceable during contract period, the selected service provider shall be responsible for replacing the non-serviceable equipment/part with same/higher configuration equipment/part of the same make at no extra cost to the purchaser.

31) Patent Indemnity

a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with sub-clause (b) below, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of: -

Page 51: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 51 of 265

i. the installation of the Goods by the supplier/ selected bidder or the use of the Goods in the country where the Site is located; and

ii. the sale in any country of the products produced by the Goods. Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the supplier/ selected bidder, pursuant to the Contract.

b) If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to above, the Purchaser shall promptly give the supplier/ selected bidder a notice thereof, and the supplier/ selected bidder may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all available assistance to the supplier/ selected bidder in conducting such proceedings or claim, and shall be reimbursed by the supplier/ selected bidder for all expenses incurred in so doing.

e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder and its employees, officers, and Subcontractors (if any) from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the supplier/ selected bidder may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

32) Limitation of Liability Except in cases of gross negligence or wilful default: - a) neither party shall be liable to the other party for any indirect or consequential loss or damage,

loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier/ selected bidder to pay liquidated damages to the Purchaser; and

b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the supplier/ selected bidder to indemnify the Purchaser with respect to patent infringement.

33) Force Majeure a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or termination for

default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

b) For purposes of this Clause, “Force Majeure” means an event or situation beyond the control of the supplier/ selected bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the supplier/ selected bidder. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the tendering authority in writing of such conditions and cause thereof within 15 days of occurrence

Page 52: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 52 of 265

of such event. Unless otherwise directed by tendering authority, the supplier/ selected bidder shall continue to perform its obligations under the contract as far as reasonably practical.

d) If the performance in whole or part or any obligation under the contract is prevented or delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate the contract without any financial repercussion on either side.

e) In case a Force Majeure situation occurs with the tendering authority, the tendering authority may take the case with the supplier/ selected bidder on similar lines.

34) Change Orders and Contract Amendments a) The Purchaser may at any time order the supplier/ selected bidder through Notice in accordance

with clause “Notices” above, to make changes within the general scope of the Contract in any one or more of the following: - i. drawings, designs, or specifications, where Goods to be furnished under the Contract are to

be specifically manufactured for the Purchaser; ii. the method of shipment or packing;

iii. the place of delivery; and iv. the related services to be provided by the supplier/ selected bidder.

b) If any such change causes an increase or decrease in the cost of, or the time required for, the supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted within thirty (30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change order.

c) Prices to be charged by the supplier/ selected bidder for any related services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier/ selected bidder for similar services.

35) Termination a) Termination for Default

i. The tender sanctioning authority of tendering authority may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole or in part: - a. If the supplier/ selected bidder fails to deliver any or all quantities of the service within

the time period specified in the contract, or any extension thereof granted by tendering authority; or

b. If the supplier/ selected bidder fails to perform any other obligation under the contract within the specified period of delivery of service or any extension granted thereof; or

c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found to be engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the contract.

d. If the supplier/ selected bidder commits breach of any condition of the contract. ii. If tendering authority terminates the contract in whole or in part, amount of PSD may be

forfeited. iii. Before cancelling a contract and taking further action, advice of senior most finance person

available in the office and of legal adviser or legal assistant posted in the office, if there is one, may be obtained.

iv. As on effective date of termination, Tendering Authority may pay: a. The unpaid value of all the assets supplied by the Bidder and accepted by the

purchaser in accordance with the RFP specifications in order to take over the possession of the assets / application.

Page 53: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 53 of 265

b. All the services delivered by the Bidder and accepted by the purchaser, the consideration payable shall be based on service rate as per agreement.

b) Termination for Insolvency Tendering authority may at any time terminate the Contract by giving a written notice of at least 30 days to the supplier/ selected bidder, if the supplier/ selected bidder becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the supplier/ selected bidder, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to tendering authority.

c) Termination for Convenience (Applicable for O & M period Only) i. Tendering authority, by a written notice of at least 30 days sent to the supplier/ selected

bidder, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the supplier/ selected bidder under the Contract is terminated, and the date upon which such termination becomes effective.

ii. As on effective date of termination, Tendering Authority may pay all the services delivered by the Bidder and accepted by the purchaser, the consideration payable shall be based on service rate as per agreement.

36) Exit Management 1. Preamble

i. The word ‘parties’ include the procuring entity and the selected bidder. ii. This Schedule sets out the provisions, which will apply on expiry or termination of the

Project Implementation and Operations and Management of SLA. iii. In the case of termination of the Project Implementation and/ or Operation and

Management SLA due to illegality, the Parties shall agree at that time whether, and if so during what period, the provisions of this Schedule shall apply.

iv. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this Exit Management Schedule.

2. Transfer of Assets i. The selected bidder may continue work on the assets for the duration of the exit

management period which may be a six months period from the date of expiry or termination of the agreement, if required by tendering authority to do so. During this period, the selected bidder will transfer all the assets in good working condition and as per the specifications of the bidding document including the ones being upgraded to the department/ designated agency. The security deposit/ performance security submitted by selected bidder will only be returned after the successful transfer of the entire project including its infrastructure.

ii. The selected bidder, if not already done, will transfer all the Software Licenses under the name of the tendering authority as desired by the procuring entity during the exit management period.

iii. Tendering authority during the project implementation phase and the operation and management phase shall be entitled to serve notice in writing to the selected bidder at any time during the exit management period requiring the selected bidder to provide tendering authority or its nominated agencies with a complete and up-to-date list of the assets within 30 days of such notice.

iv. Upon service of a notice, as mentioned above, the following provisions shall apply: - a. In the event, if the assets which to be transferred to tendering authority mortgaged to

any financial institutions by the selected bidder, the selected bidder shall ensure that all such liens and liabilities have been cleared beyond any doubt, prior to such transfer. All documents regarding the discharge of such lien and liabilities shall be furnished to tendering authority or its nominated agencies.

Page 54: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 54 of 265

b. All title of the assets to be transferred to tendering authority or its nominated agencies pursuant to clause(s) above shall be transferred on the last day of the exit management period. All expenses occurred during transfer of assets shall be borne by the selected bidder.

c. That on the expiry of this clause, the selected bidder and any individual assigned for the performance of the services under this clause shall handover or cause to be handed over all confidential information and all other related material in its possession, including the entire established infrastructure supplied by selected bidder to tendering authority.

d. That the products and technology delivered to tendering authority during the contract term or on expiry of the contract duration should not be sold or re-used or copied or transferred by selected bidder to other locations apart from the locations mentioned in the this bidding document without prior written notice and approval of tendering authority. Supplied hardware, software & documents etc., used by selected bidder for tendering authority shall be the legal properties of tendering authority.

3. Cooperation and Provision of Information during the exit management period i. The selected bidder will allow tendering authority or its nominated agencies access to the

information reasonably required to define the current mode of operation associated with the provision of the services to enable tendering authority or its nominated agencies to assess the existing services being delivered.

ii. The selected bidder shall provide access to copies of all information held or controlled by them which they have prepared or maintained in accordance with the Project Implementation, the Operation and Management SLA and SOWs relating to any material aspect of the services provided by the selected bidder. Tendering authority or its nominated agencies shall be entitled to copy all such information comprising of details pertaining to the services rendered and other performance data. The selected bidder shall permit tendering authority or its nominated agencies and/ or any replacement operator to have reasonable access to its employees and facilities as reasonably required by tendering authority or its nominated agencies to understand the methods of delivery of the services employed by the selected bidder and to assist appropriate knowledge transfer.

4. Confidential Information, Security and Data The selected bidder will promptly on the commencement of the exit management period supply to tendering authority or its nominated agencies the following: i. Documentation relating to Intellectual Property Rights;

ii. Project related data and confidential information; iii. All current and updated data as is reasonably required for purposes of tendering authority

or its nominated agencies transitioning the services to its replacement selected bidder in a readily available format nominated by tendering authority or its nominated agencies; and

iv. All other information (including but not limited to documents, records and agreements) relating to the services reasonably necessary to enable tendering authority or its nominated agencies, or its replacement operator to carry out due diligence in order to transition the provision of the services to tendering authority or its nominated agencies, or its replacement operator (as the case may be).

v. Before the expiry of the exit management period, the selected bidder shall deliver to tendering authority or its nominated agencies all new or up-dated materials from the categories set out above and shall not retain any copies thereof, except that the selected bidder shall be permitted to retain one copy of such materials for archival purposes only.

5. Transfer of certain agreements i. On request by Procuring entity or its nominated agencies, the selected bidder shall effect

such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity or its nominated agencies may require in favour of procuring entity or its nominated agencies, or its replacement operator in relation to any equipment lease, maintenance or service provision agreement between selected bidder and third party leasers, operators, or

Page 55: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 55 of 265

operator, and which are related to the services and reasonably necessary for carrying out of the replacement services by tendering authority or its nominated agencies, or its replacement operator.

ii. Right of Access to Premises: At any time during the exit management period and for such period of time following termination or expiry of the SLA, where assets are located at the selected bidder’s premises, the selected bidder will be obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises, procure reasonable rights of access to tendering authority or its nominated agencies, and/ or any replacement operator in order to inventory the assets.

6. General Obligations of the selected bidder i. The selected bidder shall provide all such information as may reasonably be necessary to

effect as seamless during handover as practicable in the circumstances to tendering authority or its nominated agencies or its replacement operator and which the operator has in its possession or control at any time during the exit management period.

ii. The selected bidder shall commit adequate resources to comply with its obligations under this Exit Management Clause.

7. Exit Management Plan i. The selected bidder shall provide tendering authority or its nominated agencies with a

recommended exit management plan ("Exit Management Plan") which shall deal with at least the following aspects of exit management in relation to the SLA as a whole and in relation to the Project Implementation, the Operation and Management SLA and SOWs.

ii. A detailed program of the transfer process that could be used in conjunction with a replacement operator including details of the means to be used to ensure continuing provision of the services throughout the transfer process or until the cessation of the services and of the management structure to be used during the transfer; and

iii. Plans for the communication with such of the selected bidder's, staff, suppliers, customers and any related third party as are necessary to avoid any material detrimental impact on tendering authority operations as a result of undertaking the transfer; and

iv. If applicable, proposed arrangements and Plans for provision of contingent support in terms of business continuance and hand holding during the transition period, to tendering authority or its nominated agencies, and Replacement Operator for a reasonable period, so that the services provided continue and do not come to a halt.

v. The Bidder shall re-draft the Exit Management Plan annually after signing of contract to ensure that it is kept relevant and up to date.

vi. Each Exit Management Plan shall be presented by the selected bidder to and approved by tendering authority or its nominated agencies.

vii. In the event of termination or expiry of SLA, Project Implementation, Operation and Management SLA or SOWs each party shall comply with the Exit Management Plan.

viii. During the exit management period, the selected bidder shall use its best efforts to deliver the services.

ix. Payments during the Exit Management period shall be made in accordance with the Terms of Payment Clause.

x. It would be the responsibility of the selected bidder to support new operator during the transition period.

37) Settlement of Disputes

General: If any dispute arises between the successful bidder/ selected bidder and tendering authority during the execution of a contract that should be settled by the Arbitration and Conciliation Act 1996, the rules there under and any statutory modification or re-enactment’s thereof, shall apply to the arbitration proceedings.

a) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties regarding a contract shall be settled by a competent court having jurisdiction over the place,

Page 56: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 56 of 265

where agreement has been executed i.e. at Jaipur and by no other court, after decision of the standing committee for settlement of disputes.

Page 57: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 57 of 265

7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT

1) Milestones / Timelines of Project The major milestones and timelines of the project completion is given as follow.

The Bidder is required to depute Sufficient manpower, Construction Equipments, Testing Equipments, Material Logistics, Labor and Architects, Consultants, Project Management Staffs, Stores, Labor Hut man, Electrical power and Water requirements, etc. but to limited to achieve the target within time.

The table below provides the time schedule for implementation of the SDC. T, as referred to in the table, is treated as the date of order with the selected bidder by Tendering Authority. Tentative Time Schedule for Implementation of SDC is as follows:

S. No. Milestones of Project Timelines

1 Submission of conceptual drawings. 0 to 7 Days

2 Submission of working drawings. 0 to 15 Days (Detailing as per progress of the work)

3 Site Preparation 0 to 5 Months

4 Deployment of capital items and intermediate execution as per progress of work related to Electrical, Air-conditioning, Fire, IBMS, LAN, Racks & related data centre works, UPS, Transformers, DG Sets, HT & LT Panels, Cabling & Other related works giving in BoQ

0 to 5 Months

5 Related Integrated testing of materials and Other items at Site / Works / Lab

2 to 5 Months

6 Finishing, Furniture, False ceiling, Electrical Fixtures, Testing and Commissioning all related activities.

3 to 5 Months

7 Sign-off of Entire Project in all respect. End of 6 Months

Note:

1. It is the responsibilities of the bidder to take clearance from Engineer-Incharge / or Tendering Authority / Procurement Officer / Authority / Entities to achieve above timelines.

2. In implementation phase, if any delay is caused due to dependency on Tendering Authority or unavoidable circumstances, the timelines may be revised accordingly with due approval of tendering authority.

2) Payment Terms and Schedule

a) Payment schedule - Payments to the bidder, after successful completion of the target milestones (including specified project deliverables), would be made as under: -

S. No.

Major Milestone Deliverables Payment

1. Kick off and deployment of Team with Detailed Final Layout approved from tendering authority

Team deployment as per RFP and Final Layout approved by tendering authority

2. Civil and interior work for Preparation of UPS & Power Room-1 &2, IT support, NOC Rooms, VC / Meeting support Area and storage Room

Complete Civil and interior

Completion report signed by concerned OIC

Page 58: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 58 of 265

Work including installation of modular furniture

LAN, Electrical and passive cabling

80% of CAPEX

3. Delivery and installation of Bus Duct / Bus Bar

Installation of Transformer DG set and UPS System

Completion report signed by concerned OIC

4. On Delivery, Inspection and successful installation of all the equipment’s/items

Delivery Report

Installation Report

Inspection Report

Warranty Certificates for applicable items supplied

5. On successful training, Documentation, FAT and Go-Live, Sign-off the project.

FAT Completion Report

6. O & M for 5 years from FAT Immediate Team deployment and Quarterly O&M reports

Remaining 20% CAPEX will be equally spread over 5 years payable quarterly and O&M will be paid quarterly after making due adjustments with SLA/Performance

Note: The quantities mentioned in the Bid are indicative/ approx. and shall only be used for the purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and commissioned as per scope of work. However, Lump sum and Job cost shall be paid as per quote provided by bidder. The supplier’s/ selected bidder’s request for payment shall be made to the purchaser in writing, accompanied by invoices describing, as appropriate, the goods delivered and related services performed, and by the required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the obligations stipulated in the Contract.

b) Due payments shall be made promptly by the purchaser, generally within thirty (45) days after

submission of request for payment along with an invoice and all other requisite documents by the supplier/ selected bidder (which will be forwarded for audit to the Third party Auditor), after receipt of third party audit report and its acceptance by the purchaser.

c) The currency or currencies in which payments shall be made to the supplier/ selected bidder under this Contract shall be Indian Rupees (INR) only.

d) All remittance charges will be borne by the supplier/ selected bidder. e) In case of disputed items, the disputed amount shall be withheld and will be paid only after

settlement of the dispute.

f) Payment in case of those goods which need testing shall be made only when such tests have been carried out, test results received conforming to the prescribed specification.

g) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as mentioned in this bidding document, will be deducted from the payments for the respective milestones.

h) Taxes, as applicable, will be deducted/ paid as per the prevalent rules and regulations.

Page 59: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 59 of 265

3) Service Level Standards/ Requirements/ Agreement The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the selected bidder to the tendering authority for the duration of this contract.

The tendering authority will regularly review the performance of the services being provided by the selected bidder and impose penalties if any deficiency is found in the services. Three consecutive quarterly penalties (on actual) of more than 20% put together of the applicable fee on account of any reasons may be deemed to be an event of default and termination.

It is acknowledged that service levels may change as service needs evolves over the course of the contract. The present SLAs have been worked out on the basis of current expectations. Service levels between the purchaser and bidder can be revised after the start of O&M phase in view of experience gained. The experience gained during this period will be used to fine tune the SLAs, including parameters, targets and penalties, if required. Any changes to the levels of services provided during the project period will be requested, documented and negotiated in good faith by both parties. Either party can request a change. Changes will be documented as an addendum to the contract. DCO must be required to generate periodical reports as desired by the tendering authority in customized format.

The SLA has been logically segregated in the following categories:

A. Infrastructure service levels B. Manpower availability service levels C. Civil and Minor Work SLA D. BMS , HVAC and CCTV footage availability E. Help desk service levels

A. Infrastructure Service Levels This service level will be applicable on following equipment’s which are supplied & installed and part of list mentioned at BoQ and additional items/equipments which may be deployed during the project period:

S. No.

Service description

Measurement parameter Target Penalty

1. Data Center Uptime calculated for each equipment

Uptime of an equipment = {1 -[(Equipment downtime)*(Severity factor) / (Total Time )]} * 100

>=99.995% NA

<99.995% and >=97.75%

For every 0.25% degradation in the uptime there will be a penalty of 1% of Agreed Quarterly Payment

<97.75% For every 0.25% degradation in the uptime there will be a penalty of 2% of the Agreed Quarterly Payment

2. Preventive Maintenance

No. of days In last 15 days of the quarter

Rs. 1,000/- per day per equipment subject to maximum of Rs.3,000/- per equipment

Page 60: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 60 of 265

a) Equipment/Services Downtime is the time in hours that the equipment/ Services is not available and excludes planned downtime, which are approved by the tendering authority. The downtime shall be calculated from the EMS or BMS or DCIM, as may be applicable. In case, downtime of any equipment/ Services is not available on EMS/BMS/DCIM, it shall be calculated from the helpdesk or available any other alternative tools/means. It is clarified that the downtime on account of delay by the OEM in repairing / replacing equipment’s/ Services for which warranty/maintenance contract already exists (or was taken by tendering authority) shall not be counted subject to timely call logging for vendor management.

b) Severity factors of each equipment’s are defined in Table - Severity Factor of the Items. The severity factor for to be procured items would be communicated accordingly.

c) Total time is equal to total number of hours in the given quarter. d) Planned Downtime means any time when the equipment’s/services is unavailable because of

maintenance, installation/reinstallation or other services with the prior approval of tendering authority.

e) Example: 90 days will be considered in each quarter. Thus total time in quarter is 129600 minutes and total uptime is 99.995% i.e. 129593.52 minutes. Total downtime allowed is 6.48 minutes in a quarter. For SLA calculation equipment wise downtime will be calculated and thereafter sum of all equipment downtime shall be less than 6.48 minutes in a quarter for non-applicability of penalty.

B. Manpower Availability Service Levels The manpower deployed by DCO for carrying out and providing FMS services shall necessarily be on direct payroll of the bidder organization and should not be outsourced / subcontracted in any circumstances.

The DCO shall post an on-site dedicated Project Manager to look after the entire operation of the Data center with his/her on-site team, with no additional responsibility. The project manager shall coordinate with the designated officer of the tendering authority.

DCO shall appoint as many team members during O&M phase, as deemed fit by them, keeping in view weekly off of the manpower and leaves (Leave reserves), subject to maintain the minimum manpower at site specified below to meet the SLA requirements. The tendering authority would not be liable to pay any additional cost for leave reserve. DCO shall provide detailed CV of each and every manpower resource including leave reserves being provided to tendering authority before deployment of the resource at data center. Minimum manpower requirement for FMS/O&M is defined in the table mentioned below.

Minimum Manpower Resource

S.No. Role

6:00 AM to

2:30 PM

9:30 AM to 6:00 PM

(Monday to Saturday)

2:00 PM to 10:30

PM

10:00 PM to 6:30 AM

Min. Qualification, Relevant Experience

& Certifications

Penalty on non-

availability of resource (Per resource per

shift)

1 2 3 4 5 6 7 8

1 Project Manager

1

B.E. / B.Tech. in Electrical / Mechanical + 5 Years experience in Electrical, AC, DG Set & Fire, IBMS & Security.

5000/-

Page 61: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 61 of 265

S.No. Role

6:00 AM to

2:30 PM

9:30 AM to 6:00 PM

(Monday to Saturday)

2:00 PM to 10:30

PM

10:00 PM to 6:30 AM

Min. Qualification, Relevant Experience

& Certifications

Penalty on non-

availability of resource (Per resource per

shift)

1 2 3 4 5 6 7 8

2 DCIM + BMS Engineer

1

B.E. / B.Tech. / MCA + 3 years relevant experience of Data center in Air-conditioning, Fire, Electrical, BMS, DCIM Tools, DG Sets, etc

3000/-

3 Helpdesk 1 1 1 1 MCA / B.E. / B.Tech. + 2 years relevant experience.

3000/-

4 A.C. Technician ( Precision+ Comfort)

1 1 1 1 ITI in HVAC + 2 years experience in AC And Refrigeration and Equivalent.

2000/-

5 IBMS + DCIM Engineer

1 1 1 1 Diploma in IT / CS or Equivalent + 2 years experience.

2000/-

6 Electricians 1 1 1 1 ITI in Electrical + 2 years experience in Electrical Engineering having Experience in HT/LT Panels, Transforms, DG Sets

2000/-

6 DG Sets Operator

1 1 1 1 ITI in Electrical + 2 years experience in Electrical Engineering having Experience in HT/LT Panels, Transforms, DG Sets

2000/-

7 Helpers / House Keeper

1 2 1 1 Class 12th Passed or Equivalent.

1000/-

8 Security Supervisor

0 1 0 0 Retired Military Personnel

1000/-

9 Security Personnel

3 0 3 3 Retired Military Personnel

1000/-

TOTAL 9 10 9 9

Note: Number of man power may be increase or decrease and shift timing may be change during the entire project period as per requirement. However, any concern manpower should also be available on call during any emergency. DCO shall always maintain above minimum manpower on-site throughout the period of the contract. The Successful bidder has to ensure proper replacement for weekly off/absence/leave of any manpower

Page 62: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 62 of 265

resource without any cost. Every resource has to hand over its own work and status of his shift to subsequent resource in next shift.

Note: There will be 18 days leave for every manpower resource in a calendar year with due permission of designated authority of the purchaser. The successful bidder has to ensure proper replacement during the period of leave of the particular manpower resource. The resources shall be deployed by the DCO to manage the datacentre 24x7 and maintain the service level requirements. Provisions of leave reserve, providing leaves and other facilities / perks shall be as per DCO’s prevailing policies / practices which shall be taken care by DCO without any liability and/or financial implications on the part of Purchaser. Periodic training to concerned persons for procedures to be followed for applicable Certification shall be provided by the DCO at no extra cost. The team deployment plan at the site during O&M shall be prepared by DCO periodically and shall obtain approval from designated authority of tendering authority prior to its implementation. No resource shall be absent without prior permission of the designated authority. Penalty on non-availability of any resource shall be as under:

S. No.

No. of absence shifts per role in

a quarter Applicable Penalty / Actions

1. > 0 but <= 10 No. of absence shifts x Amount defined in the column ”8” of above mentioned tables “Minimum Manpower Resources table”

2. > 10 but <=30 No. of absence shifts x 1.5 x Amount defined in the column ”8” of above mentioned tables “Minimum Manpower Resources table”

3. > 30 No. of absence shifts x 2 x Amount defined in the column ”8” of above mentioned tables “Minimum Manpower Resources table”, for given role in a quarter + Issue of letter of warning and subsequent actions as per terms and conditions of RFP

An absence of more than half an hour from the work place, without having permission of Designated Authority shall be considered as absent for the shift. Operational Hardware, Software and other resources: The DCO shall deploy sufficient devices like desktops/laptop, printers, scanners, multi-function devices etc. for carrying out icroproce operations and monitoring by its manpower resources deployed. All the required consumable shall be arranged by the DCO at his own cost. The equipments deployed shall generally not be moved from the place of installation except for the purpose of repair/ maintenance with permission of tendering authority. Manpower Change The replacement of resources by bidder after deployment will be allowed (without penalty) only in case, the resource leaves the organization by submitting resignation with the present employer or completed at least two years tenure in the SDC with due approval of the tendering authority. The bidder has to deployed new resource in replacement before one month of the leaving of existing resource to hand over his charge and knowledge transfer to his successor and with due acknowledgement of the tendering authority. In case of failure to meet the standards of the purchaser, (which includes efficiency, cooperation, discipline and performance) bidder may be asked to replace the resource without any penalty for replacement/exit.

Page 63: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 63 of 265

The penalty per resource would be imposed in case of exit/replacement of resource from the project as per the details given below

S. No.

Resource Type Applicable Penalty when resource is leaving

Within 1 year of DOJ After 1 year of DOJ

1. Manpower resources for specialized services

10 times of the penalty mentioned in column “8” of above mentioned table “Minimum Manpower Resources”

5 times of the penalty mentioned in column “8” of above mentioned table “Minimum Manpower Resources”

C. Civil Works and Minor Works SLA

S. No.

Type of Incident Resolution Time

Penalty

1. Critical Any Civil/ Electrical / MEP / Elevators / BMS/ fire /Pluming and sanitary/ WTP/ STP/ Transformers / DG sets and all other work as defined in BOQ of RFP. Major Civil Work including the False Flooring, False Ceiling, Raised flooring, Doors & Locking, Partitioning, Fire Proofing of all surfaces, Furniture & Fixtures (Door, windows, Table, chair)and Painting to be replaced within 2 days of reporting the problem. The DCO should maintain sufficient inventory to carry out civil, electrical HVAC and BMS, etc. repairs without any disruption to operations. For critical items, the resolution time shall be mutually agreed by the Tendering Authority and the DCO at the time of award of contract.

T No Penalty

T1=T+2days 0.05% of the Agreed Quarterly Payment for every unresolved call

T2=T1+2 1% of the Agreed Quarterly Payment for every unresolved call

>T2 2% of the Agreed Quarterly Payment for every unresolved call

2. Low Minor Civil Work including Cement Concrete Work, Masonry Work, Trench Work, Storage, Glazing and Scaffolding Work to be carried within 4 days of the reporting problem

T No Penalty

T1=T+4days 0.05% of the Agreed Quarterly Payment for every unresolved call

T2=T1+2 1% of the Agreed Quarterly Payment for every unresolved call

>T2 2% of the Agreed Quarterly Payment for every unresolved call

Note: In case of civil works, T the resolution time shall be agreed resolution time between DCO & Tendering Authority considering the criticality/ urgency of the work.

D. BMS, HVAC and CCTV Footage Availability

S.No. Measurement Measurement Interval Target Penalty

1. Rack Inlet Temperature

This SLA would measure the temperature at the rack level. The DCO should ensure that the Data Centre temperature is

Temperature of 20 degree +/- 2 degree centigrade at all times.

>5<=8instancesperweek Penalty Applicable: 2%of Agreed

Page 64: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 64 of 265

S.No. Measurement Measurement Interval Target Penalty

maintained at 20 degree +/- 2degree centigrade at all times.

The penalty will be decided on number of such instance. An instance is said to have occurred when the rack inlet temperature goes beyond the permissible limits for greater than 10 minutes. Each additional 10 minutes is counted as an instance.

Quarterly Payment

>8<=12 instances per week Penalty Applicable: 4%of Agreed Quarterly Payment

>12 instances Penalty Applicable: 6%of Agreed Quarterly Payment

+ Letter of warning

2. Humidity The DCO should ensure that the Data Centre humidity is maintained at 50% +- 5% RH at all times.

50% +- 5% RH at all times. The penalty will be decided on number of such instance. An instance is said to have occurred when the Data Centre humidity goes beyond the permissible limits for greater than 10 minutes. Each additional 10 minutes is counted as an instance

>5<=8instancesperweek Penalty Applicable: 2%of Agreed Quarterly Payment

>8<=12 instances per week Penalty Applicable: 4%of Agreed Quarterly Payment

>12 instances Penalty Applicable: 6%of Agreed Quarterly Payment

+ Letter of warning

3. CCTV Footage Availability

The DCO is required to record 5-8 frames per second of CCTV footage and should maintain sufficient inventory of the same.

The DCO should maintain CCTV recordings of past 30 days at any given point

Letter of warning

Page 65: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 65 of 265

S.No. Measurement Measurement Interval Target Penalty

in time. After which the DCO is required to take a backup of the same and store it for a period of minimum 6 months.

4. BMS The DCO is required to record all relevant data as per OEM operation and maintain manual & should maintain sufficient inventory for maintain of same

The DCO should maintain recordings of past 12 month at any given point in time.

Letter of warning

5. Comfort Air conditioning

The DCO is required to record all relevant data as per OEM operation and maintenance manual & should maintain sufficient inventory for maintenance of same

The DCO should maintain recordings of past 12 month at any given point in time.

Letter of warning

6. Plumbing, sanitary, water supply,

The DCO is required to record all relevant data as per OEM operation and maintenance manual & should maintain sufficient inventory for maintenance of same

The DCO should maintain recordings of past 12 month at any given point in time.

Letter of warning

7. Fire services The DCO is required to record all relevant data as per OEM operation and maintenance manual & should maintain sufficient inventory for maintenance of same

The DCO should maintain recordings of past 12 month at any given point in time.

Letter of warning

8. Transformers / DG sets/ UPS

The DCO is required to record all relevant data as per OEM operation and maintenance manual & should maintain sufficient inventory for maintenance of same

The DCO should maintain recordings of past 12 month at any given point in time.

Letter of warning

E. Help Desk Service Levels The service level standards under this sub section pertain to all services which (i) do not impact the uptime of the equipments mentioned in sub section A above and (ii) are not related to security related services mentioned in sub section B above. However, penalties may be attracted both under sub section A and sub section B if any of the service mentioned in these subsection are hampered because of shortage or unavailability of manpower. It is further clarified that in some cases breakdown of

Page 66: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 66 of 265

equipment may generate a service request for restoring services on another equipment and non-compliance of service level for the generated service request may lead to penalties.

S. No.

Service Description Measurement Parameter Target Penalty

1. Various service related to comprehensive onsite maintenance and FMS promptly

Resolution time measured as the time taken by the DCO to troubleshoot and fix the problem. Call will be treated as logged immediately after any incident/ problem occurs/ request made.

1 hour for incident of severity level 1;

1% of the Agreed Quarterly Payment for every 30 mins (or its part) delay.

4 hours for incident of severity level 2;

0.5% of the Agreed Quarterly Payment for every 60 mins (or its part) delay.

8 hours for incident of severity level 3;

0.25% of the Agreed Quarterly Payment for every 120 mins (or its part) delay.

A. It is clarified that the downtime on account of delay by the OEM/maintenance service provider

(other than DCO) in repairing / replacing equipment’s for which either warranty/comprehensive maintenance has not been asked for from the DCO or for which warranty already exists (or was taken by tendering authority) shall not be counted.

B. Tendering authority reserves the right to define severity levels of services. Not mentioned below.

Penalty Capping Total penalties except those defined in (B): “Manpower availability service levels” shall not be higher than 20% of Agreed Quarterly Payment for respective quarter whereas total penalty including penalties towards “Manpower availability service levels” shall not be higher that the Agreed Quarterly Payment for respective quarter. 4) Change Requests/ Management

a) An institutional mechanism will be set up for taking decisions regarding requests for changes. The Purchase Committee will set up a Change Control Committee with members from the procurement agency and the selected bidder. If it is unable to reach an agreement, the decision of the Purchase Committee will be final.

b) Tendering authority may at any time, by a written order given to the bidder , make changes within the general scope of the Agreement in any one or more of the following: Designs, specifications, requirements, quantities or services to be provided under the

Agreement are to be specifically developed and rendered for tendering authority. The method of deployment, shipping or packing. Schedule for Installation Acceptance. The place of delivery and/or the services to be provided by the bidder.

c) The change request/ management procedure will follow the following steps: - Identification and documentation of the need for the change – The information related to

initiator, initiation date and details of change required and priority of the change will be documented by tendering authority.

Analysis and evaluation of the Change Request – Impact of the change in terms of the estimated effort, changed schedule, cost and the items impacted will be analysed and documented by the bidder.

Page 67: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 67 of 265

Approval or disapproval of the change request –Tendering authority will approve or disapprove the change requested including the additional payments for supply, installation. And quoted rates shall be used for cost estimation resulting from the change request.

Implementation of the change – The change will be implemented in accordance to the agreed cost, effort, and schedule by the selected bidder.

Verification of the change – The change will be verified by tendering authority on implementation of the change request.

d) All changes outside the scope of supplies agreed to herein which may have likely financial implications in terms of the overall cost/ time of the project shall be undertaken by supplier only after securing the express consent of tendering authority.

e) While approving any change request, if required, tendering authority may ask the bidder to supply and install the required items in the agreed manner on-site.

f) If any such change outside the scope of supplies agreed to herein causes an increase or decrease in cost of, or the time required for, firm’s performance of any provisions under the Agreement, equitable adjustments shall be made in the Agreement Price or Delivery Schedule, or both, and the Agreement shall accordingly be amended. Any claims by firm for adjustment under this must be asserted within 30 (thirty) days from the date of supplier receiving the tendering authority change order which shall not be unreasonably withheld or delayed.

Table – Severity Factor of the Items

S. No. Non IT equipment Severity Factor

1. Power Panel 8

2. Bus Duct / Bar 4

3. UPS 8

4. Battery 4

5. DG Set 8

6. PAC 8

7. Comfort Air Conditioner, VRV 4

8. Bus Coupler 4

9. Outgoing Feeder / Cable / Bus Trunking 4

10. Distribution BOX-Lightning DB 4

11. Distribution BOX-Power DB 4

12. Distribution BOX- UPS DB 4

13. Earthing 4

14. Wiring 4

15. Sound System 2

16. Fire 8

17. IBMS 8

18. HT Panels, Transformers 8

19. LT Panels 8

20. DCIM 8

Page 68: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 68 of 265

ANNEXURE-1: DETAILED SCOPE OF WORK FOR DESIGN, BUILD AND GO-LIVE OF DISASTER RECOVERY (DR) SITE

SDC Architecture – Physical Infrastructure

Data Center – 1st Floor Plan

Page 69: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 69 of 265

Data Center – 2nd Floor Plan

Page 70: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 70 of 265

Data Center – Terrace plan

Page 71: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 71 of 265

Data Center – Plot Plan

Data Center – Single Line Diagram (SLD)

Page 72: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 72 of 265

Layout- Data Recovery Centre Rajasthan State Data Centre (SDC) area is logically divided in following zones Zone A – This DC Server room area would host servers, server racks, storage racks and Networking component. It is proposed to have minimum 80 racks in the server Farm Area (SFA). Zone B – Comprises of IT support staff & FMS Staff Area, BMS Room, DC manager Cabins, NOC room, Call Centre Area Zone C – Comprises of room for power panels, UPS, Fire suppressions, Telecom Room, etc. Zone D – Store Room, Passage Area etc. Below are the area descriptions:

Estimated Area Area

Critical Area Please refer

drawing for

actual areas.

ZONE –A

Server farm area

Non Critical Area

ZONE –B

DC Manager Cabins

IT FMS staff

BMS Room

NOC Support Area

IT Support Staff Area

VC support Area

Manager Cabin – 03

ZONE –C

UPS/ Electrical Room-01

Battery Room-01

UPS/ Electrical Room-02

Battery Room-02

Staging Area

ZONE –D

Store Room

Passage Area

TOTAL AREA

Location for placement of DG sets – Ground floor passage in rare side of the DRC building. A detailed description of key areas of DRC is given below: Server Farm Area The server farm area within the SDC will host / co-locate State Government various Departmental Application Servers including the Database Servers. These servers may be Low end to High-end depending upon the applications hosted on them. These servers may be online or only for repository purpose.

UPS power calculation for server and network equipment’s

Recommended UPS capacity

N+N Configuration 2 Sets of 2 No’s of 300 KVA UPS System

Note: - Minimum expected back uptime of 30 Mins for IT Equipment’s in N+N configuration - Data Centre IT load shall have powered from built-in/ Galvanic isolation transformer which shall be connected at UPS output

Page 73: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 73 of 265

Looking at the expansion of IT load, bidder to propose the 2 no’s of 300 KVA UPS connected in N+N configuration .Bidder shall consider the backup time on 85% capacity of 300 KVA UPS. IT / Non-IT FMS & IT Support Staff Area There will be two FMS Room one for IT FMS & another for Non-IT FMS. These room will have all the necessary arrangements for the Database, Systems, Application, Authentication, Other Server Administrators & BMS Services. FMS Staff operators taking care of daily operational activities of SDC will use these area. Minimum work workstation users for IT FMS staff is 18 no’s shall be provided with modular furniture for workstation of 18 No’s users. IT Support staff area will have team of tendering authority Staff supporting the Data Centre IT infrastructure. The IT support staff shall have furniture shall be provided for 10 users. It shall be provided along with 4x42” LED Monitor with required VGA & HDMI cables and accessories in each FMS & IT Staff area. UPS/ Electrical Room & Battery room This area shall house all the Un-Interrupted Power Supply Units and Batteries accompanying this component. As these components generate EMI interference it is advised to house these components in a room separate from main SDC room. There shall be separate set of UPS/ Electrical room supporting complete diverse power path to the Server farm Area. In case of fire at one place, other electrical / UPS setup shall support the uninterrupted Data Centre Operations. Floor load bearing capacity of the Data Centre floor is important aspect while sizing the Data Centre equipment which has to be taken care while designing of the Data Centre. State shall carryout the structural audit before implementation of Data Centre. Each Manager cabin with executive table and chair shall be provided along with 42” LED Monitor with required VGA & HDMI cables and accessories. Proposed Electrical Architecture Best practices, standards and knowledge from experience of designing world class power infrastructure are considered for designing the power infrastructure for Rajasthan State Data Centre. All the components are as per industry standards to ensure practically NO downtime due to power. Health and performance checks of entire infrastructure will be done as part of the overall maintenance process. All the inputs and output cable for the server farm area from UPS shall be single core copper flexible type. Power cables from PDU and PAC panel shall be copper flexible and FRLS type. Its bidder responsibility to do the site survey and shall have appropriate measurements for the required length of the cables between the equipment’s and the panels. No change request shall be entertain post selection and award of the contract. Below are the power cable path shall be considered using bus-duct:

Transformer-01 and the Data Centre Distribution panel-01

Transformer-02 and the Data Centre Distribution panel-02

DG set-01 to DG cum Synchronizing Panel

DG set-02 to DG cum Synchronizing Panel

DG set-03 to DG cum Synchronizing Panel

DG cum Synchronizing Panel to DC LT panel-01

DG cum Synchronizing Panel to DC LT panel-02

Page 74: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 74 of 265

Utility power source for Data Centre: The complete Data Centre has 1000 KVA power required to cater to Data Centre IT load and the Auxiliary load like precision Air conditioning system, comfort air conditioning system and the Workstation Load. The required Electricity Board / Raw power from transformer or main LT distribution panel and shall be provided by State at ground floor from where bidder to tap the power to the Data Centre Distribution Panel. Emergency power: Total emergency power requirement from DG Sets icropr. 900 kVA for complete Data Centre setup. Bidder to assess the current site and size the DG set which shall be used for the 3 floor data Centre wing. DG set configuration shall be N+1 Configuration. The space for DG & HSD tank shall be provided by tendering authority. However bidder to assess the site and propose the recommended capacity for the DG set. Change over between Grid and EB power: Considering EB power and DG power will be availed at Data centre main panels, the changeover arrangement from EB power to DG power and reverse shall be done at the Main Data centre panel which shall be placed in UPS/ Electrical room at first floor. The changeover shall cover the following:

Automatic starting & stopping of DGs during grid supply failure & restoration.

The power from DG Panel to Data Centre main panel shall be through two different paths & two different sets of cables / bus ducts

Proposed UPS System (For Auxiliary Load) The following UPS loads have been proposed based on which the UPS capacity has been designed:

UPS power calculation for Auxiliary Load

IT loads Description UOM

Load description: BMS equipment, NOC workstation, Staging Rack, Telecom Rack, Office IT support users, Call Centre

40 KVA

Proposed UPS configuration 2 No’s of 40 KVA (N+1) Configuration N+1

PDUs (Power distribution board): PDUs are the Packaged Power distribution boards, which will be located inside the server room and distribute the UPS power to each of the racks. Lighting Lighting for critical and non-critical areas will be designed to achieve the below specified illumination levels at normal condition also at emergency condition. Lighting and Raw power distribution

The lighting power distribution and raw power distribution for Data Centre shall be given using separate Distribution boards

Factory made MCB Distribution boards or Fabricated DBs are recommended

Location Normal operation Emergency

Server room, Telecom room, staging room

400- 500 Lux 100 lux

BMS room 300 lux 50 lux

Electrical / UPS rooms& battery rooms 300 lux 50 lux

Page 75: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 75 of 265

MCBs shall be of ‘C’ Curve characteristics Earthing

Body earthing all equipment shall be done with separate earth electrodes

A dedicated copper earth station shall be provided for static earthing & rack body in data Centre

A dedicated copper earth station shall be provided for neutral earthing of isolation transformers Equipotential bonding To overcome the problem of potential differences & increased earthing resistances, it is proposed to interconnect all the earth pits to make the system as Equipotential bonding With this overall earth resistance comes down & redundancy is available for the earth pits. The following earth stations shall be interconnected at pit level, to achieve Equipotential bonding:

PDU- isolation transformer Neutral

Third pin earthing

Body earthing of all equipment Proposed Cooling Architecture Precision Air conditioning for server farm area Design Description Total server farm area cooling required with 124 TR DX based Perimeter cooling with bottom discharge. The design for precision air conditioning Server farm area shall have connected in N+40% Configuration. Row of racks shall have provisioned with Cold Aisle arrangement and the sliding doors on both side. Comfort Air conditioning for other utility areas VRV based Comfort Air conditioning (CAC) required for all the auxiliary and utility areas of the Data Centre. The CAC system shall be designed to meet the necessary ambient conditions. The comfort AC units shall be provided with automatic temperature controls to ensure necessary monitoring of the system. Below are the minimum TR requirement and configuration required for the auxiliary area: The proposed Comfort AC loads are as mentioned below:

CAC for UPS Electrical Room-01/ Battery Room

Area of cooling UOM Working Capacity Total TR

UPS/ Electrical Room-01 TR 9 TR N+1

Battery Room-01 TR 2.5 TR N+1

CAC for UPS/ Electrical Room-02/ Battery Room

Area of cooling UOM Working Capacity Total TR

UPS/ Electrical Room-02 TR 9 TR N+1

Battery Room-02 TR 2.5 TR N+1

Area of cooling UOM Working Capacity Configuration

IT Staff Room TR 4.5 TR N+1

Development Room TR 6 TR N+1

VC cum Conference Room TR 6 TR N+1

Store Room TR 6 TR Standalone

ACP Room TR 2 TR Standalone

Pantry TR 2 TR Standalone

MUX Room TR 2 TR N+1

Page 76: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 76 of 265

Area of cooling UOM Working Capacity Configuration

NOC Room TR 8 TR N+1

BMS Room TR 2 TR Standalone

Staging Room TR 2 TR N+1

Reception TR 2 TR Standalone

UPS Room – 1 TR 4 TR N+1

UPS Room – 2 TR 6 TR N+1

Battery Room – 1 TR 4 TR N+1

Battery Room – 2 TR 4 TR N+1

Passive Cabling Requirement The cabling media selection is based on the connectivity requirements not only for present day needs but also for future requirements. The expected life of the cabling shall be considered for minimum 20 Years in respect to supporting multiple generations of electronic equipment and bandwidth performance improvements, with minimal requirements for pulling up floor tiles for adding media to raceways. The cables would be appropriately marked and labelled. UTP Cat6A cables which shall be laid from the Server Rack, Mux Room rack to the respective network rack locations, routing through the horizontal pathway. Also UTP Cat6A cable shall be laid from the work area to the respective Telecommunication (TC)/ Telecommunication Network (TCN) /rack locations, routing through the horizontal pathway. As per the standard practice cables shall be tagged/ marked suitably at regular intervals of 10 meters. The cables laid to the work area will be routed into the furniture, wall or access outlet boxes as required and terminated in the respective information outlet and fixed with a Single/Dual Faceplate. Break-up of nodes to be considered.

Server Room Type of rack/ Room

Number of Racks per room

Sever Rack – 42 U 68

Network Rack – 42 U 16

Telco Rack 4

Server Rack – 12 U 5

Office Node Distribution Working Node Redundant Port Count

IT Staff Room 32 No’s 16 No’s

Development Room 36 No’s 18 No’s

VC cum Conference Room 10 No’s 5 No’s

Store Room 4 No’s 2 No’s

ACP Room 4 No’s 2 No’s

Pantry 4 No’s 2 No’s

MUX Room 4 No’s 2 No’s

NOC Room 40 No’s 20 No’s

BMS Room 8 No’s 4 No’s

Staging Room 4 No’s 2 No’s

Reception 2 No’s 2 No’s

UPS Room – 1 8 No’s 4 No’s

UPS Room – 2 8 No’s 4 No’s

Battery Room – 1 4 No’s 2 No’s

Battery Room – 2 4 No’s 2 No’s

Page 77: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 77 of 265

Security System / Building Management System Since BMS plays a pivotal role in ascertaining consistent & secure functioning in a Data Centre, significant emphasis is laid here in designing a solution that meets SDC’ s requirements. The BMS solution incorporated shall ensure seamless integration of all physical components with the necessary software modules for comprehensive assessment & management through the centralized BMS room. The various BMS components have been planned & organized systematically to ensure flexibility and ease of operations & maintenance. The design & sizing aspects for the solution shall have been elaborated by bidder for subsequent sections of each BMS component. Clear articulation of design shall be provided by Rodent Repellent System The rodent repellent system shall be considered to repel rodents within data Centre area. Bidder shall propose rodent repellent system for critical and non-critical areas specified in the above section of the RFP. Water Leakage Detection Systems Water leak detection System would be designed to protect the Air-conditioned premises and to alert the personnel about the leak in the AC systems. The system would interface to Water leak detection sensors, condensation sensors & I/O modules. Fire Detection System Coverage of DC with sensors As per NFPA72/75/76 Standards, the spacing between the Smoke Detectors shall be designed based on the Air Movement. The figure from NFPA standards representing the spacing between the Detectors based on the Air change per hours is shown below. Fire Suppression System Design Fire suppression systems are designed to automatically detect and extinguish a fire and shall be proposed for Server farm area, utilities like UPS/electrical/ battery room & Telco room. The system shall be so designed that a fire condition in any one protected area shall actuate automatically the total flooding of clean agent in that area independently. The entire system shall incorporate inter-alia detection, audible and visual alarms, actuation and extinguishing. Aspirating Smoke Detection System The design of Aspirating Smoke detection system shall be based on highly sensitive LASER-based Smoke Detectors with aspirators connected to network of sampling pipes. Air sampling pipe network shall be used to transport air to the detection system, supported by calculations from a computer-based design modelling tool. The system is capable of detecting the presence of microscopic particles of combustion (smoke), suspended in air by detecting the light scattered from the smoke particles in a sampling chamber. Access Control System (ACS) To ensure highest levels of security, the whole area shall be divided into zones. The Access Control System (ACS) as outlined in the design above shall enable the required functionality through smart card readers, biometric readers, switch and necessary sensors. The ACS shall fulfil the functions and specifications described in the RFP and will make use of industry approved component make and will be seamlessly integrated with the BMS software.

Page 78: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 78 of 265

Server hall shall have Biometric Reader at entry and smart card reader at exit. All other area shall have smart card reader entry & exist. Surveillance CCTV System (IP BASED SYSTEM) All critical areas of the Data Centre shall be well equipped with CCTV cameras for online surveillance on a 24*7 basis. The cameras will be integrated & monitored from the centralized BMS room. The CCTV system will also incorporate network Video Recorder and Cameras

Page 79: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 79 of 265

ANNEXURE-2: TECHNICAL SPECIFICATIONS

Note: All the specifications below are minimum specifications and higher specifications shall be used wherever necessary/ required. Deviation on higher side shall only be considered and no extra weightage shall be awarded for such deviations. CIVIL AND INTERIOR WORK

i. Demolition Work – (Brick/Concrete/Flooring): The demolition work should be started with propping up of the surrounding area and removing the false ceiling and other supports fixed onto the wall. The wall shall be gently removed by using chisel and hammer without disturbing the existing infrastructure and structure. This material shall be packed in gunny/plastic bags and carted down for clearance by way of staircase and to be cleared from the site within 24 hours. The Concrete structures to be demolish by means of Concrete breaker hammers & cutters etc. The internal reinforcement to be cut by Gas cutting. Cutting of reinforcement in any element for the building shall not be carried out without prior permission of the tendering authority. Cutting and chipping of existing floor:The existing floor shall be cut only by mechanical cutters and then chipped gently by the chisel. The operation shall be done after taking prior permission from the tendering authority.

ii. DEBRIS CLEANING: Removal of Debris: The material shall be packed in gunny sacks/plastic bags and taken down by the service staircase after taking prior permission from the client on a daily basis carting away of Debris: Trucks shall clear the debris from premises after taking the permission from the tendering authority.

iii. PEST CONTROL: The treatment shall be carried out generally in accordance with the stipulation laid down by IS 633 part ii (code of practice for Anti-termite measures in building part ii pre constructional chemical treatment measures) subject to the minimum requirements given in this specification.

iv. LINEOUT: Site dimensions to be checked as per the drawings & any discrepancy in the same to be identified. Discrepancy is to be immediately conveyed to tendering authority\ Engineer for its rectification. For the line out White paint or Lime to be used & marking of all walls, partitions, doors, fix storage units, to be done in right angle. Layout of Raceways to be done as per the electrical & furniture layout along with the junction box.

v. TRENCH WORKS EXCAVATION: The trenches shall be excavated to lines and levels as directed. The bed of the trench shall be truly and evenly dressed throughout. The gradient is to be set out by means of boning rods and should the required depth exceeded at any point; the trench shall be refilled by means of lime concrete of proportion 1:2:4 at the contractor’s own expense. The bed of the trench, if in soft or made up earth, shall be well watered and rammed and depression thus formed shall be made up as directed by the tendering authority without any extra cost with sand or other suitable material If rock is met with, it shall be removed to 15 cm. below the level of the pipe and the trench refilled with concrete or sand or other suitable material as directed by the tendering authority without any extra cost. All pipes, water mains, cables etc. met with in the course of excavation shall be carefully protected and supported. The refilling on the top and around the drain shall be done with great care and in such a manner as will obtain the greatest amount of compactness and solidity possible. All surplus material shall be disposed as per the direction of tendering authority.

vi. MASONARY WORKS: a. BRICK WORK:All brick work should be carried out as per approved drawings mutually agreed between the consultants, SDC and BIDDER. The brick work shall be done as per the norms laid down by PWD. The bricks (table molded) shall confirm to IS 1077. Other country bricks shall be approved by the SDC. Proper curing has to be done for all the crick walls. Brick work is not envisaged inside the DC area.

Page 80: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 80 of 265

However it may be required for the DG area. The DG platform to be raised over the ground so that water does not enter the DG. The fuel tank has to mount in similar fashion. b. PLASTERING: The requirement of plaster work shall be to provide absolutely water tight enclosure, dense, smooth and hard and devoid of any cracks on the interior or exterior. Masonry and concrete surfaces, which call for applications of plaster, shall be clean, damp and sufficiently rough and keyed to ensure proper bond, subject to the approval of the SDC. c. LYING OF VITRIFIED TILE FLOORING: The vitrified tiles shall be selected by SDC and BIDDER mutually. Necessary edge, whole cutting and chamfering and miter joints shall be done wherever required. The finished material shall be protected against wear and tear and other works using heavy duty PVC sheets and 40mm thick Plaster of Paris. This shall be cleared with acid as soon as the place is ready for occupation. This shall be removed as soon as the related interior works are over. d. GRANITE WALL CLADDING: Granite wall cladding using 19mm thick pre polished slab as per the SDCs specs fixed to the wall surface by means of 1:3 cement mortar used as a bonding agent, necessary clamps, screws and cement grout. The vertical and horizontal joints between each panel of granite should have groove (as per SDCs details). Necessary edge and whole cutting, chamfering and granite joints shall be filled with cement paste mixed with pigment to match the color of the granite. The finished granite surface shall be protected against wear and tear by cladding it with PVC sheet and gum tape. The final surface shall be granite polish by machine. The pricing shall include hacking the existing wall or other places. All edge chamfers / cutting of granite shall be mirror polished and no extra shall be paid for the same. e. MASONRY WORKS: a. All brick work has to be done as per the direction of the SDC and as per the layout agreed between SDC and vendor. The bricks have to be of fine quality b. Unless otherwise specified, brickwork shall be done in English bond f. HARDWARE AND METALS: a) The hardware throughout shall be of high quality and ISI mark wherever possible. Fitting generally shall be brass oxidized, unless otherwise specified and shall be suitable for their intended purpose. (b) Screws are to match the finish of the article to be fixed, and to be round or flat headed or counter sunk as required. Aluminium and stainless steel shall be of reputed manufacturer and suitable for its particular application. g. FIRE RATED PAINT: Providing and applying fire retardant paint of approved make and shade to give an even shade over a primer coat as per manufacturers’ recommendations after applying painting putty to level and plumb and finishing with 2 coats of fire retardant paint. Base coating shall be as per manufacturer’s recommendation for coverage of paint. - For all vertical Plain surface. - For fire-line gyp-board ceiling. Providing and laying POP punning over cement plaster in perfect line and level with thickness of 10 – 12 mm including making good chases, grooves, edge banding, scaffolding pockets etc. Applying approved fire retardant coating on all vertical surfaces, furniture etc. as per manufacturer’s specification. h. ACRYLIC EMULSION PAINT: Providing and applying acrylic plastic emulsion paint of approved make and shade to give an even shade over a primer coat as per manufacturer’s recommendations after applying painting putty to level and plumb and finishing with 2 coats of plastic emulsion. Base coating shall be as per manufacturer‘s recommendation for coverage of paint.

Page 81: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 81 of 265

i. RAISED ACCESS FLOORING: Scope of work Supply and fixing Access floor systems as per following specifications confirming to EN 12825 standards. Access floor system shall be made from high density Calcium Sulphate and Provide Class 1 Fire Ratings and fire resistance up to 90 min as per NFPA 75. System should have antistatic property and air leakage resistance. The system shall be able to withstand a minimum UDL of 2100 kg. Per sq mt and a point load of 400 kg. The pedestal shall withstand Axial Load of 3000 kg. Panels The entire Access floor system will provide for adequate fire resistance, acoustic barrier and air leakage resistance. Panels: Panels will be made up of inert material Calcium sulphate with laminate having Antistatic properties. The bottom of the panel shall be of 0.05 mm Aluminum foil to create a fire and humidity barrier and this should provide floor’s electrical continuity. Panels will remain flat through and stable unaffected by humidity or fluctuation in temperature throughout its normal working life. The Panels edging will be UL approved. Panels will provide for impact resistance top surfaces minimal deflection, corrosion resistance properties and shall not be combustible or aid surface spread of flame. Panels will be insulated against heat and noise transfer. Panels will be 600 x 600mm x 35 mm height fully interchangeable with each other within the range of a specified layout. Panels shall rest on the grid formed by the stringers which are bolted on to the pedestals. Panels shall be finished with anti-static 0.9 mm Laminate and 0.45 mm thick plastic edge material that is self extinguishing and will be PVC free Panel Loading Fire Rating: the Panels will confirm to class O and Class 1 Fire Ratings tested `as per CIRC 91/61 or BS 476 Part 6 & 7 (30 min). Pedestal Pedestals installed to support the panel shall be suitable to achieve a specified floor height From the existing floor level and shall be placed 600m distance in both directions to form a grid of 600x600mm. Pedestal design shall confirm assembly and removal for Relocation and maintenance. Pedestal base shall be permanently secured to position on the sub floor mostly by effective glue of mechanical fastening. Pedestal assembly shall provide for easy adjustment of icroproc and accurately align to ensure lateral restrain. Pedestal shall be built entirely of Galvanized steel consisting of hexagonal shaped and fixed with stringers of size 525 x 30x 25 x 0.8 mm thick to form a grid of 600 x 600mm. These stringers are locked into the pedestal head and n both ways and has gasket made up of extruded plastic, with a U section and acts as a sound deaden and makes it air tight. Pedestals shall support an axial load of 3000 Kg and an ultimate load of 3800 Kg. Pedestal head shall be designed to avoid any rattle or squeaks and carrying gasket which is conductive in nature. Stringer:- Understructure system consists of stringers of size 525 x 30x25 x 0.8 mm thick to form a grid of 600 x 600mm. These stringers are locked into the pedestal head and run both ways. The Understructure system will provide adequate solid, rigid and quiet support for access floor panels. The Understructure system will provide a minimum clear, uninterrupted height of 450 mm between the bottom of the floor and bottom of the access floor for electrical conducting and wiring.

j. MODULAR CEILING TILE- METAL TYPE: Providing & Fixing of Perforated METAL LAY-IN ceiling System in Server Room, Staging Room, Electrical & Battery Room & Store Room consisting of 600x600mm Lay in tiles of pre coated galvanized steel in 0.5 mm thickness in white color with standard perforation of 2.5mm dia & open area of 16% and acoustical fleece glued to the back of the tile to be laid on Silhouette grid systems with color and white/black reveal white having rotary stitching on the Main Runner, 1200 mm & 600 mm Cross Tees. The tiles should have Humidity Resistance (RH) of 100%, NRC of 0.5, Fire Performance A2-s1.d0 in module size of 600 X 600 mm, suitable for Green Building application, with Recycled content of 25%. The tile shall be laid on Silhouette profile grid system with 15mm white flanges incorporating a 6mm

Page 82: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 82 of 265

central reveal in white/black color and with a web height of 38mm. Silhouette, Main Runners & Cross Tees to have mitred ends & “birdsmouth” notches to provide mitred cruciform junctions. The T Sections have a Galvanizing of 120 grams per M2 & passed through 500 hrs of Salt test. The Tile & Grid system used together should carry a 10 year warrantee. SUSPENSION SYSTEM ACCESSORIES:- M6 Fasteners with Vertical Hangers made of Galvanized steel of size 26 x 26 x 25 x 1.2mm with a Galvanized Thickness of 80gsm , PRE- Straightened Hanger wire of dia – 2.68 mm of 1.83 m length., thickness of 80gsm and a tensile strength of 344-413 Mpa , Adjustable hook clips of 0.8mm thick, galvanized spring steel for 2.68 mm with a minimum pull strength of 110 kg. Adjustable clip consisting of a 3.5 mm aquiline wire used with the main runner. k. MODULAR CEILING TILE: Providing and fixing of Mineral Fibre Ceiling tiles in true horizontal level false ceiling grid. Using hot dipped galvanized steel section, exposed surface chemically cleaned capping prefinished in baked polyester powder paint, Main tee of size 15 x 35 x 0.33 mm at every 1200 mm C/C max and rotary stitched cross tee of size 15 x 30 x 0.33mm at every 600 mm C/C 0.457 mm wall angle around the wall to form a grid of 600 mm x 600 mm and suspending the grid using 2 mm GI rod and 6 mm rawl plug at every 1200 mm intervals at the main tee and laying the Ceiling tiles of size 595 mm x 595 mm x 15 mm over the formed grid having fire rating of 60 minutes as per BS 476/23 of 1987, Noise reduction Coefficient (NRC) of 0.50-0.60, to resist temperature and humidity conditions up to 40degree (104deg. F) and humidity of 95% RH, Weight of 3.5Kgs/SQ.M. l. GYPSUM CEILING: Suspended gypsum board false ceiling of G.I. Channel grid type framework, gypsum boards, paper tape, gypsum putty and cutouts for light fittings, A/C grills, and Fire Alarm accessories has to be provided by the BIDDER in the area wherever required as per mutually agreed and approved drawing. The gypsum board panels 12 mm thick are secured on to bottom of the frame work by means of screws. Necessary cutouts for lights, detectors and other ceiling mounted equipment need to be provided. The surface of the ceiling must be smooth. Plastic emulsion paint to be done on the gypsum ceiling. FURNITURE AND FIXTURE

Modular Workstation: 60 mm tile based system including tiles. Height of system will be 1200mm.System has one MDF Marker board & one fabric pinup board inner side above worksurface & metal tile below worksurface at inner side. System has metal tile at outer side. Work top size 1200mmX600 mm.Table tops are of 25mm thick & gable ends are of 18 mm thick pre-laminated particleboards icroproce to IS:12823 interior board confirming to IS:12823 interior grade with matching pvc edge banding. All the exposed edges are sealed with 2mm thick imported pvc edge banding on sides & bottoms. The top & drawer facia are sealed with 2mm thick pvc edge. The drawer unit consists of 2 box drawer & 1 file drawer. The sides of inside drawer box are of prelam particle board. The drawer box is fitted with roller slide for free movement. The drawer unit is provided with central locking system, where in the three drawer are locked with one key. PVC recessed handles are provided for easy opening and closing of drawer. The drawer unit is fitted on casters (optional) for easy mobility. The complete furniture unit is factory assembled with knock down fittings. The pedestrial is lifted with additional (5th) castor to avoid icropro of pedestral in case of opening of any/all of the three drawers. CPU Trolly: The base is made of 1.6 mm thick CRCA and the sides are made of 1.2 mm thick. The width of the trolley can be varied to accompany various width CPU.The CPU is mounted on locable castors. Keyboard: Outer Dimension of keyboard tray is 507X245 mm made of 1 mm thick CRCA. Chairs: Smart mid back,S1 Mechanism, T Fixed Arm, Nylon Base, Nylon Castor. Long back executive chair :

Page 83: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 83 of 265

High Back, Synchro 1 mechanism, 1 D Arm,Nylon Base and Nylon castor. PARTITIONS

Fire Rated Partition: Providing and fixing 132MM thick FIRE RATED gyp board partition with 2 Nos. 15mm thk. Fire line board on both sides of 72mm GI floor channel and 70mm GI stud as per design and manufacturers specification including cost of chasing for electrical conduits, fixing of doors, to fixing joint tap to avoid cracks, finished of surface to smooth to accept plastic emulsion paint. Fire Rated partition shall be of minimum 2 Hrs. fire rating and shall be used for in Utility Area (Electrical, BATTERY RM.) And Server Rm Rm./ Area/Staging. Fly Ash Bricks: Bricks shall have smooth rectangular faces with sharp and square corners. Bricks shall be hand or machine Moulded and shall be made from the admixture of suitable good quality of fly ash, sand and cement as per the composition mentioned below:

FLY ASH: 50-60% SAND: 32-40% CEMENT: 8-12%

The fly ash bricks will be as per latest relevant IS code. The bricks will be of dimension as per standard clay brick, suitable for making 230mm thick full brick wall, 115mm thick half brick wall and 75mm thick minor partition walls suitable for 2 Hrs. of fire rated property. A maximum tolerance of (+/-) 2mm shall be allowed as the manufacturing tolerance. The bricks shall have frog of 100 mm in length 40 mm in width and 10 to 20 mm deep of one of its flat sides.

The compressive strength of the block is 3 N/mm2 and fire resistance is 2 hour as per standard specification. The thickness of joints shall not exceed 10 mm for wall. All the face joints shall be raked to a minimum depth of 15 mm by raking tool during the progress of brick work. The rate shall be includes cost of mixing, scaffolding, reinforcement, lifting, raking of joints, curing and wastage etc. Bidder shall carryout necessary Vapour barrier treatment. Non Fire Rated Partition: Providing and fixing in position low height partition wall of 75 mm thick plain gyp-board partition using 12.5 mm thick gyp-board on both sides with GI steel metal vertical stud frame of size 48 mm fixed in the floor channels of 50mm wide to provide a strong partition. Glass wool Insulation inside shall be provided as required. Fixing is by self-tapping screw with vertical studs being at 610 mm intervals. The rate shall include making cut-outs for switch board, sockets, grill etc. for which no extra will be paid The rate shall include for preparing the surface smoothly and all as per manufacture’s specification etc. Providing and fixing in position full height 2 hrs. Fire rated partition wall of 75 mm thick plain gyp-board partition using 12.5 mm thick gyp-board on both sides with GI steel metal vertical stud frame of size 48 mm fixed in the floor and ceiling channels of 50mm wide to provide a strong partition. Glass wool Insulation inside shall be provided as required. Fixing is by self-tapping screw with vertical studs being at 610 mm intervals. The rate shall include making cut-outs for switch board, sockets, grill etc. for which no extra will be paid separately. The rate shall include for preparing the surface smoothly and all as per manufacture’s specification etc. Finishing with one coat of approved brand of fire resistant coating shall be provided. Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all glazing in the partition wall complete in areas like partition between server & operations & maintenance room. (External windows not included in this).

Page 84: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 84 of 265

Providing and fixing in position of 75 mm thick plain gyp-board partition using 12.5 mm thick gyp-board on both sides with GI steel metal vertical stud frame of size 48 mm fixed in the floor and ceiling channels of 50mm wide to provide a strong partition. Fixing is by self-tapping screw with vertical studs being at 610 mm intervals. The joints shall be finished with joint paper tape by using jointing compound of India gyp-board Ltd., and applying over it 3 layers of the filler compound to provide a smooth surface finally finishing with one coat of approved brand of fire resistant coating. The partition will be mainly to clad the shaft walls. ELECTRICAL WORK FOR SDC

I. General Specifications: The electrical cabling work shall include the following.

HT Panels

Transformer

Main electrical panel in Data Centre

Power cabling

UPS Distribution Board

UPS point wiring

Power Cabling for Utility component and Utility Points etc.

Online UPS

Separate Earth Pits for the component In general, the prime vendor/contractor shall supply, store, erect, test and commission all the equipment required for Electrical Installation. The contractor shall furnish all the materials, labour, tools and equipment for the electrical work, and in the bill of quantities and specifications herein after described.

i. Prime Vendor/ CONTRACTOR The contractor shall be Class A – licensed electrical contractor, possessing a valid electrical contractor’s license, employing supervisors and skilled workers having a valid permits as per the Regulation of Indian Electricity Rules and Local Electrical Inspector’s requirements and the same shall be got renewed from time to time.

ii. INFORMATION TO BIDDERS a. The design and quality of goods supplied and the workmanship shall be in accordance with the best engineering practice to ensure satisfactory performance of the system throughout the service life.

b. The goods and accessories offered shall be complete in all respects. Any material, and/ or component not specifically stated in this specification which is necessary for trouble free and successful operation shall be deemed to be included unless specifically excluded. All such components, accessories, etc., shall be supplied at no extra cost. c. The goods supplied shall be such that components, accessories of the same type shall be interchangeable. Likewise similar or corresponding parts, components/ accessories shall also be interchangeable.

d. Wherever and whenever a material or article is specified or described by the name of a particular brand, manufacturer, vendor, the specific item mentioned shall be understood as establishing type, function, quality and not as limiting brand. However bidders may offer other similar components/ accessories provided they meet with the required standards, design, duties and performance. The bidders are free to use any brand as specified in the list of approved makes and no deviation shall be accepted by End user.

Page 85: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 85 of 265

e. Goods and accessories so offered shall confirm to type tests and shall also be subjected to acceptance and routine tests in accordance with the requirements stipulated in this specification.

iii. STANDARDS: Except as modified by this specification all materials to be supplied shall conform to the requirements of the latest editions of relevant standards mentioned there in.

iv. DEVIATION IN SPECIFICATION: All deviations in specification shall be brought out by the bidder and detailed clause by clause.

1. Deviation brought out elsewhere or in any other format will not be considered by the client and are liable for rejection. It shall also be deemed by the client in such an event that the bidder has conformed to the clauses in this specification scrupulously. 2. Deviation in specifications shall if possible be quoted with reference to standards. The bidder shall then furnish an authentic English version of such standards.

v. LOCAL CONDITIONS: 1. It will be imperative on each bidder to fully inform himself of the local conditions and factors which may have any effect on the execution of the supply and services covered under these documents and specification. 2. It shall be understood and agreed that such factors will have been properly investigated and considered in any bid that is submitted. No claim for financial adjustments to the contract awarded under these specifications and documents will be entertained by the purchaser neither change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the client, which are based on incorrect information or its effect on the cost of the contract to the bidder. 3. Bidder are advised to visit the various areas where the U.G. Cables/ Earth pits are going to be installed and assess the problems due to restrictions in access, crossings to enable them to make proper costing and then quote accordingly. TRANSFORMER – TECHNICAL SPECIFICATION Distribution Transformers (11kV/0.433kV) ONAN Type This specification covers design, manufacturing, testing and delivery of the ester oil immersed, ONAN indoor type, three phase, 50 Hz transformers with on load tap changer (OLTC) and remote tap Change control (R.T.C.C.) panel, for use in distribution system.

Scope: The esteroil filled Transformers and their accessories shall conform to IS 2026& IS 1180 and equivalent IEC for ester oil filled transformer and shall have following specifications:

This specification covers design, engineering, manufacture, shop testing, inspection, painting, packing, and supply of distribution transformers complete with all accessories for efficient and trouble-free operation of the distribution network.

i. The equipment shall conform to the latest edition of applicable standards as follows. In case of

conflict between applicable standards and this specification, this specification shall govern.

IS 2026, for Tests & tolerance on guaranteed particulars

IS 1180 for Oil immersed Distribution Transformer

IS:3639 for Fittings and Accessories

IS:2099 for Bushings > 1000 V

Page 86: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 86 of 265

IS:7421 for Bushings < 1000 V

IS:1271 for Electrical Insulation classified by Thermal stability

IEC 62770 standard for Ester oil filled transformer

Technical Particulars

S. No. Particulars 11KV/433V

1. KVA rating 1250KVA

2. Cooling ONAN

3. Type indoor

4. Voltage ratio 11KV/433V

5. Connection Delta/ Star

6. Vector Group Dyn 11

7. HV system voltage 11 KV

8. Standard Applicable IS 2026 , IS 1180, IEC 62270

9. Impedance 5% at Service tap.

10. HV tap changer On Load Tap Changer

11. Tapping +5 to -10% in steps 2.5%

12. Maximum Temperature rise 50°C

12.1 Temp. Rise of Oil 70°C

12.2 Temp. Rise of Winding 80°C

The temperature of a hot spot in winding shall not exceed 130°C when calculated over max. annual weighted average temperature of 35° C.

13. Insulation withstand

Impulse HV 75KV

Power frequency Withstand HV 28KV

Power frequency Withstand LV 2KV

14. AC control voltage 415V, 3Ph, 4 Wire

15. Terminal arrangement HV & LV cable box

16. Minimum clearance

HV Phase to Phase As per IS/IEC

LV Phase to Phase As per IS/IEC

General Construction:

i. All material used shall be of best quality and of the class most suitable for working under the conditions specified and shall withstand the variations of temperature and atmospheric conditions, overloads, over excitation, short-circuits as per specified standards, without distortion or deterioration or the setting up of undue stresses in any part, and also without affecting the strength and suitability of the various parts for the work which they have to perform.

ii. The transformer shall be totally enclosed of IP 20 protection class step down transformer from 11KV to 433 volts, Copper wound and of approved make. The HV and LV windings shall be completely immersed in Esteroil. The HV and LV conductors consisting of Electrolytic Copper as per Transformer IS 2026. LV & HV windings are to be designed with Foil & Layer winding type respectively. The winding shall be double wound type with Delta connections on HV side and star on LV side. The arrangement of the winding shall be such that there is electrical and magnetic balance under all conditions of operation. The design, treatment and construction of the transformer and bracings of the winding shall be such as to withstand the heavy mechanical and thermal stresses which may be experienced under conditions of daily cycles of heating and cooling due to fluctuations in loads and of dead short circuits on either side of the transformer. The inter turns and end-turns of the HV and LV winding shall be insulated for protection against

Page 87: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 87 of 265

surges and transients. The insulations shall be of class “A” (thermosetting type) conforming to IS 1271.

iii. The transformer with 11kV primary voltage shall have OLTC On load tap changing device on high tension side for tapping from -5% to +10% of the input voltage in steps of 2.5%. In order to view the tapping position, an inspection window with glass and neoprene gasket shall be provided on the transformer enclosure. The winding insulation shall be suitable for unearthed 11 kV system. The rated frequency shall be 50Hz and the transformer shall be designed with the frequency varying by 5% above or below 50Hz. The transformer will supply a pre-dominantly commercial load with an average load factor of 60% and a lagging power factor between 0.85 and 0.95.

iv. The desired impedance shall be 5% at service tap and 75°C temperature. All components, frame etc. shall be suitably earthed.

v. Termination Transformers shall be fitted with cable box without disconnecting chambers on HV side and LV Side. Provision for disconnecting HT & LT cables to be made for testing purpose.

vi. The neutral of the star connected winding shall be brought out to a separate bushing terminal of 1.1 kV class. The neutral bushing shall be provided outside body of transformer to facilitate lead the earth conductor down to ground level. Tank mounted pin type support insulators shall be provided for supporting the neutral earthing bar of specified section, along its run from the neutral bushing to ground level.

vii. Provision shall be provided to enable the transformer to be removed without unsealing the cables. Breathers are to be provided in LV cable box suitable for bus ductconnections in order to avoid moisture ingress on cable terminations.

viii. Phase to phase and phase to ground clearances within the chamber shall be such as to enable either the transformer or cable to be subjected separately to H.V. tests.

Fittings

i. The transformer shall be complete with the following accessories: a) Winding temperature indicator complete with icroproce and annunciator (Alarm and

trip) b) Diagram, rating plate, terminal marking plate. c) Two earthing terminals with lugs at the centre of the bottom channels supporting

the transformer. d) Lifting arrangement e) Four bi-directional rollers with distance between wheels centre to centre – 820 mm. f) Vector Group Dyn 11 g) HV Cable Box suitable for 11 kV 1C X 185 Sq.mm cables. h) LV side box suitable for 1.1KV, 2000 ampere bus duct i) Marshalling box with OTI and WTI j) HV cable box and LV terminal box should be at 180° and shall be properly supported. k) Separate neutral bushing with earth bar supported on insulator l) On load tap changer for 11 kV primary voltage m) Neutral Bushing CT : 1250KVA: 2000/5 A, 5 P 20, 15 VA

ii. The transformer shall be suitable for tropical climate with ambient temperature of 50°C and 80%

relative humidity.

Core / Assembly i. The transformer shall have core type construction built up with high grade alloy, low loss CRGO

silicon steel laminations with resistant double insulation. The transformer shall be capable of withstanding thermal and mechanical effects of short circuit on the terminals of any winding with full voltage maintained on other winding as per IS:2026.

ii. All iron parts of the transformer except the core shall be galvanized. The core shall be protected against corrosion by a resin coat. Transformer and all its accessories shall be handled carefully in

Page 88: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 88 of 265

its upright position as indicated on the packing case. When lifting the transformer, care shall be taken to see that lifting chain will not interfere with any part of the transformer. The sling shall not be fixed to any other part of the transformer, except the lifting lugs. Lifting lugs and jacking pads only shall be used for lifting the transformer. Whilst using jacking pads utmost care shall be taken in proper application of jacks. Where transformer is dragged or pulled on sleeper or rollers the traction eyes provided at the bottom frame shall be used with suitable wire ropes and shackles.

iii. The transformer shall be suitable for mounting of on MS channels embedded in cement concrete. The flat rollers (Dia-150mm X 50mm wide) shall be provided across the distance of 820 mm (centre to centre)

iv. Transformer foundation shall be at least 750mm from ground level.

Tests The first seven tests listed below shall be carried out and shall be deemed to be included in the BIDDERS scope. Bidder shall include extra unit prices for carrying out routine tests as specified against listed below in their bid .The certificates for Type test should be submitted, if any type tests are required extra , department will bear the test charges .

i. ROUTINE TESTS a) Measurement of winding resistance b) Measurement of voltage ratio and check of voltage vector relationship c) Measurement of impedance of voltage (principal tapping), short circuit impedance and load loss. d) Measurement of no load loss and current e) Separate source voltage withstand test f) Induced overvoltage withstand test ( 2 times the rated voltage) g) 2kV withstand test for all wiring h) Magnetic Balance Test.

ii. TYPE TESTS

a) Lightning impulse test b) Temperature rise test c) Zero phase sequence impedance test d) Short circuit test

Losses Transformer shall conform to IEC 62770 standard for ester oil filled transformer and shall have following specifications. Losses shall be min as per IS1180 energy efficiency level 2 or latest guidelines from IS/BEE at the time of award of order.

Total Loss (KW) at 50% load: 3.3KW Total Loss (KW) at 100% load: 9.2KW

Rejection Department may reject any transformer if during tests or service any of the following conditions arise: i. No load loss exceeds the guaranteed value by 20% or more

ii. Load loss exceeds the guaranteed value by 20% or more iii. Impedance value differs the guaranteed value by + 10% or more iv. Winding temperature rise exceeds the specified value by 5°C v. Transformer fails on impulse test

vi. Transformer fails on power frequency voltage withstand test vii. Transformer is proved to have been manufactured not in accordance with the agreed specification.

Page 89: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 89 of 265

BUS DUCT SPECIFICATION PROPOSED BETWEEN TRANSFORMER, DG SET TO LT PANEL Sandwich Bus Bar Trunking Systems – Technical Specifications as per rating given in BoQ Scope This specification covers Sandwich type busbar for use as Feeder Busbar for interconnection between separate electrical equipment/ load centers, and for use as Plug in busbar risers. System Details The busbar shall be suitable for operation in a 1000 V system with frequency of either 50 Hz or 60 Hz. System can be either earthed or unearthed. Impulse voltage should be 8 KV. Standards The busbar shall be designed and manufactured in accordance with the following international standards for busbar trunking and Firm should provide Certificate of Flame Propagation test. -ISO – 834-1 Fire Rated Bus Way -UBC Siesmic Zone IV Certificate as per IS/IEC -IS 8623/ 1993 Part I &II: Particular requirements of busbar trunking System -IEC 61439 Part I &VI: Particular requirements of busbar trunking System -IEC- 60529: Degree of protection -IEC 60332 –III for flame propagation Test, Halogen Free and RoHS compliant Testing The busbars shall be type tested and shall be certified by the independent agency such as UL or CPRI / ASTA KEMA for short circuit withstand. The test shall be for a minimum duration of one second. Degree of ingress protection (IP rating) shall also be tested at any reputed independent laboratory. This test shall be for IP 54 for indoor and IP 65 (With Canopy) FOR OUTDOOR application (IP 54 as per requirement). Busbar system shall be tested for impact with stand of Min IK 10 Short circuit and Degree of protection type test reports will be submitted for verification. Temperature rise test on the specified rating, Type test report must be provided and the same test reports will be submitted before delivery of material. Manufacturers The manufacturer must have an established track record in design and manufacture of sandwich busbar trunking. The manufacturer must have ISO 9001 certification for design, manufacture and testing of busbar systems. Design & Construction requirements – Sandwich Busbars General The busbars shall be of Sandwich construction design. It shall be possible to mount the busbar system in any orientation, without affecting the current rating. The sandwich busbar configuration must be compatible with the cast resin busbar, and must allow for interconnection of the two types, wherever required. The length of each section will be limited to max. 3 meters. Housing The housing shall be made of 1.6 mm electrogalvanized sheet steel, with an epoxy powder coated paint finish of RAL 7032 grade or ANSI 49 Grey. The housings shall be profiled, to provide higher strength and

Page 90: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 90 of 265

efficient heat dissipation. The width of the housings shall be same for all ratings of busbars, in order to provide interchangeability of tap off boxes. There must be integral earth throughout the housing of 1.5mm AL. Busbars The busbars shall be of high conductivity Copper (full round edge) of 99.9% pure ETP grade whereas earth conductor is required, it shall be separate external earth conductor, of high conductivity aluminium. Cross section of Earth Conductor shall be as per IEC 61439. It should be possible to provide a 200% Neutral where specified the bus bar should be copper silver palted. Phase cross over box should have busbars crossing over each other not cables. Insulation The busbars shall be individually insulated with 4 layers of insulating film. Inner layer and outer layer of POLYESTER material minimum class B (130 Degree C). Joints: The joints between sections shall be made so as to provide flexibility during installation and expansion / contraction of busbar during operation. The joints shall be of the single bolt type. The joint construction must have the following features. a) Thermal expansion of Busbars at joint of at least 4 mm per joint. b) The joint insulation must be of one piece moulded design and not have any cut edges which can

absorb moisture. c) Joint assembly shall be removable as separate sub-assembly so that it can be inserted or removed

without disturbing the adjacent sections. d) The busbars ends shall not have any holes or slots at the joints – the electrical continuity shall be

through pressure plates, achieving a high area of joint cross section and expansion capability. Specification for Track busway (Sever Farm Area only) as per current rating given in BoQ

General Related Documents

Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

The Busway System shall be designed and manufactured to the following standards: o Low Voltage Directive (73/23/EEC) including Amendment (93/68/EEC) o Low Voltage Switchgear and Control gear Assemblies, Part 1: Type Tested and partially

type tested Assemblies, IEC 61439-1: 1999 (amended upto date) o Low Voltage Switchgear and Control gear Assemblies, Part 2: Particular Requirements

for Busbar Trunking systems (Busways), IEC 61439-6 o Underwriters Laboratory Standard, UL 857 – The common UL, CSA, and ANCE Standard

for Busways that is derived from the fifth edition of CSA Standard C22.2 No. 27, the twelfth edition of UL 857, and the second edition of NMX-J-148-1998-ANCE.

o CUL Listing o National Electric Code (NEC) – Article 368 – Buswasy o NEMA AB1, Molded Case Circuit Breakers and Molded Case Switches o NEMA KS-1, Enclosed and Miscellaneous Distribution Equipment Switches (600VAC) o NFPA 70 – National Fire Protection Agency

Summary

This specification covers the electrical characteristics and general requirements for a Busway System, hereafter referred to as Busway. The system shall be designed primarily for overhead

Page 91: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 91 of 265

power distribution of electrical power. Loads fed from Plug-in units can be added or removed without shutting down the Busway.

Section Includes: o Three-phase Busway System with the following features:

Power Feed Dual housing Eletrogalvanised sheet busway housing with conductors (To be

provided in separate color for source-1 and source-2) Miscellaneous hardware for system installation Installation tool Plug-in units for power distribution Monitoring

Definitions

EMI: Electromagnetic interference.

LED: Light-emitting diode.

PC: Personal computer.

THD: Total harmonic distortion. Action Submittals

Product Data: For each type of product indicated. Include data on features, components, ratings, and performance.

Shop Drawings: For Busway include: o Detail equipment assemblies and indicate dimensions, weights, and location and

identification of each field connection. o Wiring Connection: For power and monitoring wiring. o Orientation of Plug-In units face in final installation. o Include Plug-In Schedule with detailed description.

Informational Submittals Manufacturer Certificates: For each product, from manufacturer. Closeout Submittals Operation and Maintenance Data: For Busway System include in operation and maintenance manuals. Maintenance Material

Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

Quality Assurance

Source Limitations: Obtain Busway and Plug-in Units through one source from a single manufacture.

Electrical Components, Devices, and Accessories: Listed and labelled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

UL or ETL Compliance: Evaluated and Tested to UL857 standards Warranty Warranty: The Busway manufacturer shall guarantee the entire system against defective material and workmanship for a period of Five (5) year from date of shipment. Products Operational Requirements

Page 92: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 92 of 265

Environmental Conditions: The Busway shall be capable of operating continuously in the following environmental conditions without mechanical or electrical damage, degradation or derating of operating capability.

o Ambient Temperature for Electronic Components: 32 to 104 deg F (0 to 40 deg C). o Relative Humidity: 0 to 95 percent, noncondensing. o Altitude: Sea level to 4000 feet (1220 m).

Performance Requirements

The Busway shall perform as specified in this specification while supplying rated full-load current as shown on the project drawings.

Voltage: Busway shall rated to 690V AC and DC

Frequency: DC to 60 Hertz

Busway Amperage ; manufacturer range should include 250 AMPS, 400A & 800A all with track busway feature as described above

SCCR: 35kA @ 690V Components

Power Feed o The power feed shall provide the connections from the incoming cables to the Busway

System. The Power Feed shall be a NEMA enclosure with access panels for incoming cabling. The Power Feed shall have internal connection to a section of Busway conductors. Top and Center feeds shall be required.

Busway Frame and Enclosure o Housing: The Busway housing sections shall be constructed of Electro Golvanized sheet

steel and provide 100% system ground. The lengths provided on the project shall be as recommended and selected by the manufacturer to meet the project requirements. The top of the busway shall have a slot running the length of the busway to provide attachment points for installation of the Busway. The bottom/side of the Busway shall have a continuous opening to accept the Plug-in units. This opening shall pass the UL hypothetical finger probe test.

o Conductors: All conductors shall be made of good conductivity copper and sized to handle 100% of the Busway rating under continuous operation up to the maximum ambient temperature. The conductors shall be electrically isolated from the housing.

Isolated Ground: An isolated ground need to be supplied 200% Neutral: An 200% neutral conductor shall be supplied

o Withstand Rating: The Busway shall meet the kA withstand rating shown on the drawings. If none is shown, the minimum acceptable is 35kA.

o Custom lengths must be available in increments of 300 mm. o The busway housing to have data channels for mounting a myriad of accessories and

running communication cables in a daisy-chain metering set up. Cables to be held into position and hidden from view using the Data Channel Cover.

o The Data Channel Cover to be used as busway identification, and be available in many different colors.

Installation Tool o The installation tool provided by the manufacturer is to be used to make all joint

connections between Busway sections and Power Feeds.

Miscellaneous Hardware o End Cap: The End Cap is installed at the end of the Busway run. o Joint Kit or Bus Connector: The Joint Kit or Bus Connector is used to make electrical and

mechanical connections between Busway sections and Power Feeds. o Busway Hangers: Busway Hangers are installed in the top slot of the Busway and provide

for connections to the suspension system provided by the installing contractor.

Page 93: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 93 of 265

o Closure Strips: The open slot of the Busway for the 800A busway must be enclosed to prevent access to the conductors of the Busway. For smaller amperage Busway, this is to be provided only if shown on the drawings.

Plug-In Units o Plug-in Units shall be polarized to avoid incorrect installation o Plug-in Units shall use either a circuit breaker or a fuse for branch circuit protection as

shown in the schedule on the project drawings. o Plug-in Units installation should be tool less and no tools to be used to mount to the

busway o Plug-in Units that include drop cords shall be manufactured with cord grips and

receptacles as specified on the schedule on the project drawings. o Plug-in Units to have bi-directional paddle for easy of mounting and project conditions. o Plug-in Units shall be configured by the manufacturer to balance the load based on

quantity of Plug-in Unit types provided. o Plug-in units shall be tested with an electrical load for shorts and open circuits along with

conducting a ground bond and Hi-Pot test. Each plug shall be labelled “tested”, with the test results available upon request from the manufacture.

Monitoring o Power Feed Monitoring: The Power Feed is to be provided with the following power

measurements and remote monitoring interface. Input Voltage (L/L and L/N) Current per Phase (Min/Max) Voltage per Phase (Min/Max) Neutral Current Power Factor Frequency Power (Active, Reactive, Apparent) Demand (kWH) Current Peak Demand THD Accuracy is better than 0.5% Communications is Modbus RTU or Modbus TCP (Select) LED Display Self configurable

o Plug-In Unit Monitoring: The Plug-In units as indicated on the schedule on the project drawings shall have the following power measurements and remote monitoring interface.

Input Voltage (L/L and L/N) Current per Phase (Min/Max) Voltage per Phase (Min/Max) Power Factor Frequency Power (Active, Reactive, Apparent) Demand (kWH) Current Peak Demand THD Accuracy is better than 0.5% Communications is Modbus RTU or Modbus TCP (Select) LED display Self configurable

Execution

EXAMINATION

Page 94: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 94 of 265

o Examine areas and conditions, with Installer present, for compliance with requirements for conditions affecting performance of the Busway.

o Proceed with installation only after unsatisfactory conditions have been corrected.

INSTALLATION o The contractor shall install the Busway in accordance with manufacturer’s instructions.

The Busway runs shall consist of lengths as shown on the drawings. The Plug-in unit’s orientation shall be as indicated on the drawings. Hanging of the Busway shall be done using the Busway hangers from a structure

above the Busway. The hangers shall connect to the Busway, and to an all thread rod provided by the installing contractor. The spacing of the hangers along the busway is 10 feet or less as recommended by the manufacturer.

The power feed shall have connection provisions for the contractor supplied feeder cabling. The power feed shall be connected to the Busway section using a joint kit or bus connector.

Connection of sections of the Busway shall be done using a joint kit or bus connector. The connection shall be made per the manufacturer’s instructions. The use of the manufacturer supplied Installation Tool is required.

An End Cap shall be installed at the end of the Busway run. As shown on the drawings elbow or tee connections may also be required.

Maintain minimum clearances and workspace at equipment according to manufacturer’s written instructions and NFPA 70.

Connections: Contractor shall make connections to supply circuits according to manufacturer’s instructions and project drawings.

GROUNDING o The housing of the busway shall be the system ground and also should have isolated

ground.

IDENTIFICATION o Installing Contractor to identify components and wiring according to Section 260553

“Identification for Electrical Systems.”

FIELD QUALITY CONTROL o Installing Contractor Inspections:

Comply with manufacturer’s written instructions. Inspect interiors of enclosures, including the following:

Integrity of mechanical and electrical connections.

Component type and labelling verification.

Ratings of installed components. o Installing Contractor to prepare inspection reports.

HT PANEL – TECHNICAL SPECIFICATION TECHNICAL SPECIFICATION OF 12KV INDOOR VACUUM CIRCUIT BREAKER (Two Sources) Incomers: 800A -2 nos. Outgoings – 630A -2 nos. Auto Changeover (Source 1 & 2) - 1no. SCOPE This specification covers design, engineering, manufacture, shop testing, delivery at site,erection, testing and commissioning of type tested 12 KV, 3 phase, metal clad indoor, Horizontal draw out type, Vacuum Circuit Breaker (VCB) Switchboard with all accessories and protective devices mounted and wired up.

Page 95: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 95 of 265

CODES AND STANDARDS The design, material, construction, manufacture, inspection, testing and performance of the Switch Board offered shall comply with all currently/latest applicable standards (including amendments thereto), regulations and safety codes in the locality where the equipments will be installed. Nothing in this specification shall be construed to relieve the Supplier of his responsibility. Where no standards are available, the supply items shall be of good quality and workmanship and backed by test results. Other National Standards are acceptable if they are established to be equivalent to or superior to the listed standards.

Standards

IEC: 62271 – 1 High-voltage switchgear and control gear – Common specifications.

IEC: 62271 – 100

High-voltage switchgear and control gear – Alternating current circuit-breakers.

IEC: 62271 – 200

High-voltage switchgear and control gear – AC metal-enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 52 kV.

IEC: 600441-1 Current Transformers

IEC: 600441-2 Voltage Transformers

IEC: 60529 Classification of degrees of protection provided by enclosures

IEC: 60038 Standard Voltages

IEC: 60255 Measuring relays and protection equipment – Part 24: Common format for transient data exchange (COMTRADE) for power systems.

ANSI IEEE C 37/20

Switch gear assemblies including metal enclosed bus.

CIRCUIT BREAKER The circuit breaker shall be mounted on a withdrawable truck which shall roll out horizontally from service position to isolated position with ease and it shall also be possible to take out the breaker truck from cubicle smoothly on to the floor without use of any separate handling equipment. It is preferable to provide three point guide for withdrawal and insertion of truck into the cubicle with ball bearing arrangement on the top of the truck. Circuit breaker shall be of vacuum only and the truck shall have distinct ‘SERVICE’ and ‘TEST’ position. Isolated position by defeating the interlock shall also be inside the cubicle so that the front door of breaker compartment can be closed even in breaker isolated position. Special more than three point hinged locking arrangement shall be provided to prevent opening of door in the event of internal arc in breaker compartment. Isolation shall be horizontal. All the three interrupters of individual phases shall be mounted on a common phase segregated epoxy body mounted on a truck for better insulation and avoidance of non-simultaneity of poles. Circuit breaker shall be vacuum type only. Bidders should be the manufacturer of vacuum interrupter as pre requisite for qualifying .Interrupter mounted on the conventional individual insulators will not be accepted. No separate fiber glass sheet barrier to be used. It shall be operated through a common motor wound spring charged mechanism with electrical release coil for closing and shunt trip coil for tripping. Operating mechanism must have manual charging, closing and tripping facility with the provision locking facility in push to close & push to trip mechanical push button. The mechanism shall be such that motor will automatically recharge the mechanism springs after a closing operation enabling breaker to perform OCO operation. The charging time of motor shall be less than 15 secs making it suitable for rapid auto reclosing duty. Emergency mechanical push to trip button shall be provided for emergency manual tripping with front door closed. All the ‘MS’ components of circuit breaker mechanism shall be treated with zinc platting with olive green passivation for longer life even in adverse climatic condition. Yellow passivation shall not be acceptable. All mechanism springs

Page 96: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 96 of 265

shall be powder coated. Plating on mechanism spring is not acceptable .The normal current rating of circuit breaker shall be in panel rating without fan. To ensure safety of operator, all operations (rack in rack out, tripping of breaker etc.) shall be performed under closed door operation. There shall be minimum 4Noand 4NC contacts in breaker auxiliary switch. Incase of Additional contacts the same can be multiplied through latched type contactors. Auxiliary plug and socket shall be of minimum 24 pin plug type and shall have scrapping earth feature. Auxiliary contacts shall be suitable for continuous thermal current rating of 10A. INTERLOCKS Circuit breaker can be inserted only in open position. Likewise circuit breaker in closed position cannot be withdrawn. Attempt to draw out closed breaker shall not trip the breaker. The circuit breaker shall operate only in one of the three defined positions i.e. service, test and isolated. The breaker shall not close in any of the intermediate positions. The circuit breaker cannot be inserted into service position till auxiliary contacts are made. Similarly interlock prevent auxiliary contacts from being disconnected, if circuit breaker is in service position. It will not be possible to rack out the withdrawable part from Service to Test position when the switching device is switched ON. Similarly, it will not be possible to rack in the withdrawable part from Test to Service position, if the switching device is switched ON. Any attempt to rack out withdrawable part from Service to Test position will not result in switching OFF of the Circuit Breaker instead the Service position will be locked till switching device is ‘ON’. It will not be possible to rack in or rack out withdrawable truck when the front high voltage door is open. However, a suitable defeat interlock mechanism is provided for emergency purpose. It will not be possible to rack in the withdrawable truck from test to service position when the low voltage control plug is not in position and locked on the truck itself. It will not be possible to close the door if the low voltage control plug is not engaged BUSBARS Bus bar material shall be Electrolytic Copper. All bus bars shall be insulated with heat shrinkable PVC sleeves .Joints shall be insulated with shrouds in busbar chamber and interphase barrier shall be provided in cable chamber. Phase identification shall be made at the end by colored tape. Bus bars shall be mounted on integral seal off bushings while passing from one compartment to another except busbar compartment. Busbar shall run throughout the switchgear without interruption so incase of any arc, arc shall travel and cause minimum damage to the switchgear. Temperature Rise of busbar along with other parts of switchgear shall be governed by IEC 60694. CUBICLE CONSTRUCTION The switchgear panel shall be of sheet steel construction with ALUZINC not less than 2.5mm thickness for load bearing section and not less than 2 mm thickness for non-load bearing and shall totally dust and vermin proof. The panels shall be rigid without using any external bracings. The switchboard panels should comply with relevant IS/IEC and revision thereof and shall be designed for easy operation maintenance and further extension. Bus bar, metering circuit breaker chamber, cables and cable box chamber should have proper access for maintenance, proper interlocks should be provided. All instruments shall be non-draw out type and safe guard in every respect from damages and provided with mechanical indicator of connection and disconnection position. The switchgear shall be completed with all necessary wiring fuses, auxiliary contacts terminal boards etc. Width of cubicle is 600mm up to 1250A and 800 mm above 1250A. Joints for All front door shall be provided with neoprene or cross linked poly ethylene gaskets self-adhesive type

Page 97: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 97 of 265

All the high voltage compartments must have pressure discharge flap for the exit of gas due to internal arc to insure operator safety. All the HV compartment design i.e. Busbar compartment, VCB compartment and Cable compartment should ensure conformity to IEC 62271-200 and must be type tested individually for Internal Arc Test for AFLR 25kA for 100ms. The switchgear panels shall be suitable for loss of service continuity LSC 2B. Safety shutters complying with IEC-62271-200 shall be provided to cover up the fixed high voltage contacts on busbar and cable sides when the truck is moved to ISOLATED position. Safety shutters shall be metallic and shall be provided to cover up the fixed High voltage contacts on bus bar and cable sides when the truck is moved to Test / isolated position. The shutters shall move automatically, through a Linkage with the movement of the truck and shall be of gravity fall type only. It shall be possible to padlock shutters individually. Switch gear cubicle shall have seal off bushing arrangement between the circuit breaker compartment and bus bar / C.T. cum cable compartment, i.e. the fixed isolating contacts shall be embedded in epoxy cast bushing so the these act as seal off bushing to prevent transfer of arc from one compartment to the other in the event of internal arc within the cubicle & must be tested for internal arc in all three HV compartments as per new IEC 62271-200. Louvers can be provided for higher normal current rating however, same shall be backed up by fine wire mesh. Joints for All front door shall be provided with neoprene or cross linked poly ethylene gaskets self adhesive type. For Compressibility step type channel base shall be provided for easy compressibility. It shall be preferable to provide cross linked poly ethylene type. It shall be preferable to supply cubicle with gaskets between all metal to metal proper vermin proof. Minimum degree of protection shall be IP4X. LOW VOLTAGE COMPARTMENT Low voltage compartment shall be mounted at the front on the top of breaker compartment and shall also have hinged type of door. All wiring shall be routed through PVC ducts and shall be terminated on to stud type terminal with plastic cover. For current transformer terminal shall be disconnecting link type only. The wire shall be of 1.1KV grade and suitable for 2KVrms for I minute power frequency high voltage. CABLE COMPARTMENT It shall be at the rear side with rear bolted box type back covers. There shall be an inspection window at the rear back cover enabling operator to have visual inspection without opening back cover in live condition .Viewing window at the rear side shall be of poly carbonate only and shall be tested for internal arc. The gland plate of cable chamber shall be of minimum 3mm thickness MS sheet in two halves section with built in adjustable cable holding clamp. In case of single core cable it shall be supplied with non magnetic gland plate. Cable box shall accommodate 2-3Core 630 sq. mm. Cables or 6-1C cables. Addition rear extension box of minimum 500 mm depth shall be provided for cables more than the quantity mentioned above. Sufficient headroom shall be provided for cable termination. The distance between gland plate and terminal shall be minimum 600mm. Control cable entry shall be from front and there should be a possibility of terminating to LV chamber from both right hand and left hand side. Power cable entry shall be from rear bottom. Provision shall be available for entry of power cable or bus duct from rear bottom or rear top.

Page 98: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 98 of 265

EARTHING There shall be a continuous copper earth bus of size 30x6 sq. mm running at the bottom of the panel. Earth bus shall be robust and shall be capable of carrying full short circuit current for 1 second. Doors, covers and all non-current carrying metallic parts shall be earthed through flexible copper wires. This also includes instrument casing and cable armour which are also connected to the earth bus. Earth bus must be tested for 25KA for 1 sec Separate earthing truck shall be provided for bus earthing and cable earthing. The earthing truck shall be so designed that it is impossible to earth a live. It shall be provided with capacitive voltage divider and complete with audio visual annunciation. In addition to scrapping earth in auxiliary plug and socket proper arrangement should be made so that during engagement of the breaker in service condition earthing contacts is made first before isolating power contacts are engaged. CURRENT AND POTENTIAL TRANSFORMER Current transformers shall be double core window/bar primary for higher rating or wound primary for lower rating. Maximum VA burden shall be of 15 VA and shall be rated for full short circuit current for 1 second. Differential /REF CTs can be in one mould. Incase of numerical relays 10VA burden shall be sufficient. CT shall be of a minimum accuracy of class 0.5/5P10 and CT Secondary rating shall be 1A unless otherwise specified. Potential transformer shall be 3phase 3 limb type with 50VA per phase of class 0.5/3P accuracy and shall be mounted on incomer breaker truck.. For bus connected P.T the same shall be mounted in a separate withdrawable truck in a separate vertical panel. PROTECTION RELAYS The Protective IDMT O/C, E/F relays should be of numerical type with the same Technical specification. The relay should have feature for storing fault data, should have site selectable CT secondary relay currents i.e -/5 Amps or -/1 Amps. Relay should be suitable to work in corrosive environment and also have LCD display for each function element of a relay to enable to identify the type of fault condition. All the switchgears shall be provided with microprocessor based numerical protective relays of SCHNIEDER designed to disconnect faulty circuit with speed and discrimination and shall confirm to latest revision of relevant standards regarding accuracy and other feature. Composite relay unit having O/C, E/F, O/V, U/V etc shall be preferred. The numerical relays shall be communicable type and shall communicate on MODBUS protocol. Use of communication protocol converter is not acceptable. Min 12 DI/8DO has to be provided. Protection of Various type of feeders as follows: Incomer: 1 No of SCADA Compatible Feeder Protection Relay 50/51(3 phase overcurrent) , 50/51N ( Earth overcurrent) , 67P (3 phase directional overcurrent), 67N (Earth fault directional overcurrent) , 51V ( Voltage controlled overcurrent) , 37 ( 3 phase undercurrent) , 46 ( Negative phase sequence overcurrent) , 59N ( Residual over voltage) , 32 (Directional Power protection (Under/Over active/reactive power)) , 81U/O (Under/over frequency) , 49 (Thermal overload), 79 ( Autoreclose), 50BF ( Circuit breaker failure detection) , Cold load pick up, Inrush blocking. Relay will be on Modbus Protocol Make : Schneider( Micom P127) / ABB ( REF 541) /Siemens (7SJ62) Master Trip Relay Buscoupler:

Page 99: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 99 of 265

Master Trip Relay DC Supervision Relay Outgoing Transformer Feeder 1 No of SCADA Comaptble Feeder Protection Relay 50/51(3 phase overcurrent) , 50/51N ( Earth overcurrent) , 67P (3 phase directional overcurrent), 67N (Earth fault directional overcurrent) , 51V ( Voltage controlled overcurrent) , 37 ( 3 phase undercurrent) , 46 ( Negative phase sequence overcurrent) , 59N ( Residual over voltage) , 32 (Directional Power protection (Under/Over active/reactive power)) , 81U/O (Under/over frequency) , 49 (Thermal overload), 79 ( Autoreclose), 50BF ( Circuit breaker failure detection) , Cold load pick up, Inrush blocking. Relay will be on Modbus Protocol Make : AREVA ( Micom P127) / ABB ( REF 541) /Siemens (7SJ62) Master Trip Relay Transformer Fault Alarm/Trip Aux. Relay. For Transformer Feeder only Outgoing Motor Feeder 1 No of SCADA Comaptble Motor rotection Relay 50/51 ( Short Circuit) , 50N/51N ( Earth Fault ) , 50BF ( Breaker Failure) , 66 ( Number of starts limitation) , 37 ( Loss of load / Underpower) , 46 (Negative Sequence Overcurrent) , 49 (Thermal Overload) , 27/27LV/59 (Undervoltage / Overvoltage / Re-acceleration) , 86 (Latching of output relay) ,48/ 51LR (Start / Stalled protection / Motor Re-acceleration),51S (Locked rotor during start-up) , 14 (Speed switch input) , Emergency Restart.Relay will be on Modbus Protocol Make : AREVA ( Micom P225) / ABB ( REM 615) /Siemens (7SJ62) Master Trip Relay Outgoing Tie Feeder 1 No of SCADA Comaptble Feeder Protection Relay 50/51(3 phase overcurrent) , 50/51N ( Earth overcurrent) , 67P (3 phase directional overcurrent), 67N (Earth fault directional overcurrent) , 51V ( Voltage controlled overcurrent) , 37 ( 3 phase undercurrent) , 46 ( Negative phase sequence overcurrent) , 59N ( Residual over voltage) , 32 (Directional Power protection (Under/Over active/reactive power)) , 81U/O (Under/over frequency) , 49 (Thermal overload), 79 ( Autoreclose), 50BF ( Circuit breaker failure detection) , Cold load pick up, Inrush blocking. Relay will be on Modbus Protocol .Make : AREVA ( Micom P127) / ABB ( REF 541) /Siemens (7SJ62) Master Trip Relay METERING Ammeter & voltmeter selector switches shall be four position type. Ammeter selector switches shall have make before break feature to prevent open circuiting of CT secondary. Selector switch shall be suitable for semi flush mounting with only switch front plate and operating handle projecting out. Multifunction meter: MFM (96x96 mm dimension) should have accurate measurement of parameters as per IEC 61557-12 for full performance guarantee. Measurement of Amps: per-phase, average and calculated neutral current, Voltage: V L-N, V L-L – per-phase and average, True PF, Displacement PF+ Frequency (any available phase) , Power: W, VA, VAR – per-phase and total , 3-ph unbalance , Demand parameters (W, VA, VAR, Amps) Date and timestamp for peak demand etc. MFM should have LED display, accuracy class 0.5s class 0.5s IEC 62053-22, sampling rate 64 , current & voltage, power, power factor, %THD and individual harmonics up to 15th measurement with built in Modbus RS 485 port. MFM shall be provided in all incomers and outgoing feeders AUXILIARY/CONTROL WIRING

Page 100: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 100 of 265

Control supply for closing and tripping shall be 220 or 110Volts D.C. through external battery source. 230 Volts single phase A.C. supply shall also be available for the operation of spring charging motor and cubicle space heater. Wattage of closing and tripping coils shall be within 250 watts. Aux supply shall be suitably distributed along with switchgear in loop in loop out fashion. All Switchgear panels shall be supplied completely wired internally upto the terminal block ready to receive external cabling. All the secondary wiring in the panel shall have high quality PVC insulation and the same shall have conductor size of not less than 1.5 mm2 of copper. Colors of the secondary/auxiliary wiring should confirm to IS 375/1963 and latest amendment thereof if any. All wiring shall be neatly run and group of wiring shall be securely fixed by clips so that wiring can be checked without necessity of removing the clamps. Wiring between fixed and moving portion of the panel shall be run in flexible tubes and the same shall be so mounted to avoid any damage to them due to mechanical movements. Ferrules with number shall be provided on both end of the wiring. All wires directly connected to trip the circuit breaker shall be distinguished by the addition of a red coloured unlettered ferrule PRE TREATMENT AND PAINTING Switchgear front and rear covers shall be painted for aesthetic purposes and Paint shade shall be RAL 7032. NAME PLATE AND DIAGRAM PLATES All equipment shall have weather proof and non corrosive metal plates fixed in suitable position with full particulars engraved thereon with white letters against black background. The firm shall affix a name plate on each Switchgear panel having following information: Manufacturer’s name Type of Panel. CT Ratio. Rated Voltage. Rated Insulation Level Rated Frequency Rated Normal Current Rated Short Circuit Breaking Current. Order No. and Date Year of supply. TESTS The design of circuit breaker shall be proven through all the routine and type tests in accordance with IS IEC 62271-200 and any amendment thereof. Photocopy of all the test reports must be enclosed with the tender. Type test report earlier than 5 years from the date of tender opening shall not be acceptable. The manufacture must have in house NABL accredited testing lab for carrying out internal inspection and testing inside the factory witness by the utility OR the manufacturer must carry out testing of the panel at NABL accredited testing lab only. The Bidder shall submit the type test reports of following type tests for approval of the Purchaser

Short circuit duty test on circuit breaker, mounted inside the panel offered.

Short time withstand test – on circuit breaker, mount inside panel offered.

Power frequency withstand test on breaker and panel.

Lightning impulse withstand test on breaker and panel.

Temperature rise test on breaker and panel together.

Page 101: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 101 of 265

Measurement of resistance of main circuit.

Mechanical endurance test on breaker. Mechanical operation test. Internal arc current (IAC) test on individual compartments i.e. Busbar, VCB and cable compartment. QUALIFYING REQUIREMENT.

Having supplied minimum 3000 nos.VCB of minimum 25KA fault rating.

Bidder is a manufacturer of vacuum circuit breaker for past 10 Years

HT Panel, Vacuum interrupter , Relay and Meter shall be of same make

Minimum turn over should be 300 crores.

Bidders must meet the above Type Test Criteria.

Bidder should be the manufacturer of Interrupter.

LT PANELS – TECHNICAL SPECIFCATION

CIRCUIT BREAKERS

I. Air Circuit Breakers: General:

i. Air circuit breakers shall conform to IS 13947-1 /IEC947-1 for general rules and IS13947 – 2 /IEC947-2 for circuit breakers.

ii. ACBs shall be suitable for operation on 3 phase 660 Volts, 50Hz AC supply and shall have a rated insulation voltage of 1100V AC.

iii. All circuit breakers shall be fully tropicalized – (T2) standard and pollution degree Type & Construction:

i. The Breaker shall be suitable for rear horizontal & vertical mounting and line load reversibility, without any deration.

ii. The breaker shall comply with isolating function requirement of IS 13947-2/IEC 947 – 2 sec 7.1.2. iii. The breaker shall offer total insulation of the control part with respect to the power part and

preferably shall offer double insulation on the front face (Class II degree of operating safety). iv. Inspection of the main contacts should be facilitated by a mechanical wear indicator.

Operating Mechanism: i. ACBs shall be provided with motor operated or manually operated quick make, quick break, trip-

free operating mechanism. ii. Wherever specified, motorized spring charging mechanism suitable for AC or DC shall be

supplied. Interlocking & safety arrangement:

i. The microprocessor control unit shall be equipped with a push to reset mechanical indicator, for anti-pumping function.

ii. It shall not be possible for breaker to be switched ‘ON’ until it is either in ‘Service ‘or ‘Test’ position.

iii. The breaker shall be capable of being racked into test or isolated position and kept locked in any of these positions.

iv. It shall not be possible to withdraw the breaker when the springs are charged. v. It shall not be possible to insert breaker racking handle when cubicle door is open. It shall have

defeat interlock facility. vi. Safety shutters should be closed automatically when ACB is withdrawn

vii. OFF position pad-locking arrangement is required.

Page 102: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 102 of 265

Rating & Breaking Capacity i. The rating of the circuit breaker shall be as per the schedule of quantities. The ACB shall have

minimum Service Breaking Capacity (Ics) equal to Ultimate Breaking Capacity (Icu) ii. The minimum Service breaking capacity (Ics) for rating up to 1600A shall be 65kA and for rating

above 1600A, the service breaking capacity shall be 75kA. iii. The Short time withstands (Icw) for 1 sec for rating up to 1600A shall be 50kA and for rating

beyond 1600A Short time withstands (Icw) shall be 75kA.

Protection: The microprocessor release shall be housed in separate enclosure and there shall be total insulation of the release with respect to the power circuit. The microprocessor release shall measure the true rms values to make the measurement free from the influence of harmonics. The trip-time shall preferably be within 30 ms and the setting range shall cover the following: Overload- The rated current (Ir) Short circuit setting – adjustable from 1.5 to 10 times the rated current (Ir) with time delay setting range from Instantaneous to 0.4 sec Instantaneous – adjustable from 2 times the nominal current (In) up to the circuit breaker electro dynamical withstand. It should be possible to switch OFF the Instantaneous protection to enable total time discrimination up to the breaker breaking capacity. Earth fault – adjustable threshold (0.2 to In) with time delay setting range from 100ms to 400ms. Indication of type of fault (O/C, S/C or E/F) locally by LED is preferred. Local over current pre-trip alarm is preferred by LED on microprocessor release with 2 levels:–

i. Glowing steady when load current reaches 90% of rated current (Ir) ii. Flashing when load current reaches 105% of rated current (Ir)

Thermal Memory: The microprocessor release shall optimize the protection of the equipment or the circuit conductors in the event of repeated overloads or faults by using thermal integration to memorize temperature rises.

Safety: Internal overheating of the microprocessor control unit shall be icroproc by self-monitoring alarm.

The microprocessor release shall make it possible to have full discrimination with downstream MCCBs. Accessories: ACB shall be provided with following accessories, if specified in schedule of quantities. Further these devices shall be field fit able from the front and common for all ratings.

- Under –voltage - Shunt-trip - Closing coil - Auxiliary contacts: 4NO+4NC (provision for additional changeover switches wherever required) Testing

Test certificate Original Test certificate of the ACB as per IS13947-2/IEC947-2 shall be provided on request.

II. Moulded Case Circuit Breakers:

General specifications:

Moulded case circuit breakers shall be incorporated in the PCC/MCC wherever required and shall be of current limiting type and preferably double break.

MCCBs shall confirm to IS 13947-1/IEC 947-1 for general rules and IS 13947- 2/IEC 947-2 for circuit breakers in all respects.

MCCB should be suitable for horizontal & vertical mounting and Line –Load reversibility and shall be suitable for Isolation.

Page 103: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 103 of 265

MCCB shall be suitable for three phase 690 V, 50Hz, AC with a rated insulation voltage of 750 V AC and impulse withstand of 8 kV.

The MCCB shall be available in three & four pole version (selectable neutral protection at 0, 50% & 100%).

The MCCB shall provide Class II insulation between the front and internal circuits. Construction: The MCCB case & cover shall be made of high strength heat resistant and flame retardant thermosetting insulating material.

The operating handle shall be quick make, quick break trip free type. The operating handle shall have suitable ’ON’,’OFF’,’TRIPPED’ indicators.

In order to ensure suitability for isolation complying with IS13947-2/IEC947-2, the operating mechanism shall be designed such that the handle can only be in ‘OFF’ position.

Three phase MCCBs shall have a common operating handle for simultaneous operation and tripping of all the three phases.

It shall be possible to “seal on” the thermal-magnetic or electronic trip units to prevent unauthorized access to the settings. It should be possible to interchange the trip units at site. Rating & Breaking Capacity: The rating of the circuit breaker shall be as per the schedule of quantities. The MCCB will have minimum service breaking capacity (Ics) equal to Ultimate Breaking Capacity (Icu) The Service Breaking Capacity (Ics) in kA for different ratings at 415V AC, 50Hz, at 0.2 P.F shall be as follows:

- 25kA for ratings up to 100A - 35KA for ratings above 100A and up to 250A - 45KA for ratings above 250A and up to 630A. Protection: All breakers up to 100A shall have thermal-magnetic trip unit with adjustable overload protection and fixed magnetic protection. The MCCBs ratings above 100A shall be fitted with electronic trip unit. The overload setting of MCCD shall be adjustable from 40% to 100% of the nominal current (In). It should be possible to have one or more LED indication(s) on the electronic release – (1) For overload as a pre-trip alarm

Glowing at 90% of rated current (Ir).

Flashing at 105% of rated current (Ir). (2) Fault trip indication by LED locally on the electronic release for O/C, S/C & E/F (if supplied) wherever release with Communication option (COM) is specified. The short circuit protection should be adjustable from 2 to 10 times the rated current (Ir).The Instantaneous Short Circuit protection to be fixed, without any time delay at 11 times the nominal current (In). The Earth fault protection, if specified in schedule, shall have adjustable sensitivity with adjustable time delay settings. It shall be possible to fully co-ordinate the over-load & short-circuit tripping of the circuit breakers with the upstream and downstream circuit breakers to provide Total Discrimination. Accessories: MCCBs shall be provided with the following accessories, if specified in schedule and all these devices shall be fittable at site. Each of these units shall incorporate a pre-wired terminal strip which is

Page 104: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 104 of 265

accessible from the front of the breaker without removing the cover. Preferably, the Shunt trip release and under voltage release shall be snap-in type.

Under voltage

Shunt trip

Alarm switch

Auxiliary switch

Motor operated Mechanism Interlocking: MCCBs shall be provided with the following interlocking devices for interlocking the door of the switchboard. Handle interlock to prevent unnecessary manipulations of the breaker.

Door interlock to prevent door being opened when breaker is in ON or OFF position

Door-interlock defeat to open the door even if the breaker is in ON position

Front operated rotary handle should have OFF-position pad-locking facility. Testing: Test certificate Original Test certificate of the MCCB as per IS13947-2/IEC947-2 shall be provided on request.

II. Earthing Work The specification covers preparation of earthing along with the enhancing material required for maintaining the resistance as specified in RFP. SCOPE: This specification covers design manufacture testing & supply of earthing electrodes along with the enhancing material required for maintaining the resistance to earth almost to zero for earthing in at various sites in Rajasthan state. The material offered shall conform to relevant standard and high quality and workmanship capable to perform continuous and satisfactory operations in the actual service conditions at site. STANDARDS: All components used in the manufacture of the pillars shall confirm to the relevant Indian standard specification and especially to the followings: Code of practice for Earthing IS: 3043/ 1987 EARTH ELECTRODE: The earth electrode is the main component of the earthing system which is in direct contact with the ground and thus provides a means of releasing or collecting earth leakage currents. The material should have good electrical conductivity & should not corrode in a wide range of soil conditions.

Material of construction: G I Pipe as per IS:1239 – Part 1

Outer Pipe: 48.4 mm x 3.2 mm thick

Inner Pipe: 26.9 mm x 2.6 mm thick

Overall Length including terminal: 3000 mm

External Corrosion Protection: Additional pure zinc (99.9%) coating (>300 micron) through electro-galvanization process Internal Corrosion Protection: GCC based CCM solidly filled inside both the pipes A special alloy coating ( icropr. 300 mm from terminal side) is provided on external surface of earth electrode. CPRI Test Report to be provided from the respective OEM. The supplier should submit the batch test report from the manufacturer The manufacturer must have possessed an OHSAS 18001:2007 and ISO 9001:2008 Quality certificate for Design & Manufacturing of Safe Earthing Elect Looking at the earth resistivity of state soil, recommend to have minimum two electrodes to achieve required ohmic value <= 1 Ohm.

Page 105: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 105 of 265

Earth pit shall be tested separately for the measuring the Onmic value. EARTH ENHANCEMENT MATERIAL: Earth enhancement material (Back fill compound) shall be a superior conductive material that improves earthing effectiveness especially in areas of poor conductivity such as rocky ground, sandy soil & areas of moisture variation. It shall be placed around earth electrode in the earth pit to improve the conductivity of earth electrode & ground contact area. The material shall be supplied in sealed moisture proof bags. These bags shall be marked with the name of the manufacturer or trade name, quantity, batch no., date of manufacture etc. It shall have following characteristics.

It should have low resistivity.

It shall not depend on the continuous presence of water to maintain its conductivity.

It should have better hygroscopic properties to absorb moisture. It should absorb & release the moisture in the dry weather condition and help in maintaining the moisture around the earth electrode.

It should have capacity to retain more than 10% moisture at 105ºC.

Material shall be nontoxic, nonreactive, non-explosive & noncorrosive.

Material shall be thermally stable between temperature ranges of -10ºC to 60ºC.

Material shall not decompose or leach out with time

It shall not pollute the soil or local water table & shall meet environmental friendly requirement for landfill, material should be ROHS certified. Power Factor Correction Equipment /Capacitor Banks for Low Voltage Distribution Networks GENERAL This specification covers the general requirement of Design, Manufacture, Factory testing, site testing and Installation of Power Factor Correction equipment intended to be used with low voltage networks. Power Correction equipment should be able to improve the power factor as per regulations and shall be suitably rated to improve the system power factor to 1.0 based on the actual load. The Equipment shall be manufactured by approved manufactures, and installed in full compliance to this specification. APPLICABLE STANDARDS Unless specified otherwise the capacitor banks shall conform in design, material, construction and performance to the latest editions of the IEC standards, their corresponding British European /(BS EN) standards and in particular to the following publications :

IEC 61921: Power capacitors – Low voltage power factor correction banks. IEC 60831-1&2: Shunt power capacitors of the self-healing type for A.C. systems having a rated voltage

up to and including 1000 V. IEC 60076-6: Power transformers – Part 6: Reactors IEC 60085-1: Electrical insulation – Thermal evaluation and designation. IEC 60664: Insulation coordination for equipment within low-voltage systems. IEC 61439-1: Low-Voltage Switchgear and Control gear Assemblies Part 1:General Rules IEC 60947-1: Low-voltage Switchgear and Control gear – Part 1: General Rules IEC 60947-2: Low-voltage Switchgear and Control gear – Part 2: Circuit-Breakers. IEC 60947-4-1: Low-voltage Switchgear and Control gear – Part 4-1: Contactor and Motor-starters.

IEC 62208: Empty enclosures for low-voltage switchgear and control gear assemblies – General requirements

IEC 60529: Degree of protection provided enclosures (IP code) IEC 62262: Degrees of protection provided by enclosures for electrical equipment against external

mechanical impacts (IK code) IEC 61000-6-4: Electromagnetic compatibility – Generic standards – Emission standard for industrial

environments IEC 61000-6-2: Generic standards – Immunity for industrial environments

Page 106: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 106 of 265

IEC 61000-3-6: Assessment of emission limits for the connection of distorting installations to MV, HV and EHV power systems.

IEEE 519-2014: IEEE Recommended Practices and Requirements for Harmonic Control in Electric Power Systems.

MARKING The following minimum information shall be given by the manufacturer in an instruction sheet and on a rating plate to be fixed on the assembly. 1) Manufacturer’s name or trademark. 2) Serial number. 3) Date of manufacture 4) Rated reactive power, QN in kilovars (kVar). 5) Rated voltage, UN in volts (V). 6) Rated frequency, fN in hertz (Hz). 7) Minimum and maximum ambient temperatures in degrees Celsius (°C). 8) Degree of protection. 9) Short-circuit withstand strength, in amperes (A) 10) Number of stages 11) Step Size CONSTRUCTION OF AUTOMATIC CAPACITOR BANK The enclosure housing the capacitor units shall be of minimum 1.5 mm thick electro galvanized sheet steel folded and welded construction, floor mounted, free standing or wall mounted type with a minimum degree of protection of IP31 complete with a hinged lockable door. The enclosure system for capacitor bank shall be of certified design as per IEC 62208. The enclosure system should have a minimum of IK 10 certification (external mechanical impacts) in accordance with IEC 62262. All enclosures or partitions including locking means and hinges for doors shall be of a Mechanical strength sufficient to withstand the stresses to which they may be subjected in normal service, and during short-circuit conditions The enclosure will be factory wired and comprise mainly of the following: 1. Power factor improvement 3 phase capacitors, arranged in a suitable number of stages. 2. Detuned three phase iron cored series reactors for harmonic current suppression. 3. Microprocessor based power factor regulator for automatic power factor correction. 4. 3 pole contactors for capacitor switching. 5. MCCB with designed KA ratings for each capacitor stage. 6. Main incomer ACB/ MCCB.

The automatic capacitor bank should be ready for field connection with all the components clearly icropro for identification. To ensure safety, reliability and accountability of component coordination, all the major capacitor bank components such as capacitor Units, de tuning reactors, PF controllers, Contactors called for in this specification should be preferably from a single manufacturer. ThePower Correction Equipment shall be installed in cool ventilated locations away from other heat radiating elements The Power Correction Equipment shall be of type tested design at an ambient temperature of 50 degree Centigrade.

Page 107: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 107 of 265

The Capacitor bank shall be designed for trouble free service under the arduous temperature conditions. The capacitor banks shall be operable on 50 Hz and shall meet or comply with IEC, in particular IEC 61921 and IEC 61439-1. The Design and component selection shall consider continuous operation at a maximum system voltage of 415V and ensure reliable performance in consideration of room ambient temperature of 50 degree Centigrade. All Components shall be capable of withstanding the dynamic, thermal and dielectric stresses resulting from prospective short circuit currents without damage or injury to personnel. Due to the presence of harmonic currents and to manufacturing tolerances, components (MCCB/ isolator, bus bar & power cables) shall be designed for 1.5 times nominal current. Ventilation fan and air inlet filter unit shall be provided for the capacitor banks to facilitate better heat dissipation. The ventilation fan shall be operated by two numbers of thermostat set at35 and 55 degree Centigrade respectively. Dimensional Details: Detailed Dimensional Details of the Enclosures has to be approved from Engineer in charge before construction NOTES: The enclosure systems shall be manufactured in full compliance with and tested to the requirements of the following IEC Publications.

IEC 62208: Empty enclosures for low-voltage switchgear and control gear assemblies – General requirements

IEC 60529: Degree of protection provided enclosures (IP code) IEC 62262: Degrees of protection provided by enclosures for electrical equipment

against external mechanical impacts (IK code)

BUSBARS The bus bar section of power factor assemblies shall withstand, as a minimum, the fault current of the system at the point where it is intended to be connected. Usually, these assemblies are connected onto a section of the main installation where the fault current are quite high. Bus bars shall be tin plated copper, rectangular and rigid construction. The phase bus bar shall be arranged systematically and assembled using insulators. The bus bars shall be protected poly carbonate shrouds from all sides. The bus bar assembly shall be fully shrouded (at least IP20) so that no live parts are accessible. Phase identification shall be done systematically. The rating of the main bus bar assembly shall be to suit the incoming switching device rating. The main bus bars of the capacitor banks are preferred and recommended to be in separate bus bar chamber, wherever applicable. Tin plated copper bus bar and earth bus bar shall be located on both sides of the incomer Bus bars shall be provided with a suitable termination facility for connecting the main neutral and earth cable. Extra termination shall be provided on the earth bar for the bonding purpose.

TECHNICAL REQUIREMENTS CAPACITOR UNITS:

Capacitor units shall be/of/have

1. Dry type

2. Suitable for a network voltage of 415 volts and shall be rated at minimum 480 Volts for 5.67% detuned banks and shall be rated at minimum 525V for 14% detuned banks.

3. Suitable for continuous operation line current of 1.3 times the current which occurs at rated sinusoidal voltage and rated frequency excluding transients

4. Temperature category of the capacitor units shall be -5 / D. Casings shall be metallic. Completely leakage proof

Page 108: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 108 of 265

5. Self-healing ability, where a damage of some part of the dielectric due to a microscopic flaw in the dielectric film, caused by over-voltage, can be self-healed quickly and returned to normal state.

6. A 3 phase pressure switch disconnector for protection against internal faults, over pressure, etc. should be available. The pressure switch disconnector must isolate all the three phases simultaneously in the event of fault. To ensure full functionality of the pressure switch disconnector, its elastic elements must not be hindered, i.e.

a. Connecting lines must be flexible leads.

b. There must be sufficient space for expansion above the connections

7. The built-in discharge resistors shall not be accessible (factory fitted) and tamper Proof. The discharge resistors shall ensure reduction in capacitor voltage to less than 50 volts in 1 minute after switch off.

8. The total losses including discharge resistors to be less than 0.5 Watt/KVAR. Capacitance tolerance shall be within +/- 5% of the rated value.

9. The Capacitor unit shall be capable of withstanding the inrush current up to 200 times of its rated current.

10. The rated output of the capacitor Unit has to be at the supply voltage of 415V and 50 Hz frequency. The capacitors used in conjunction with reactors shall be suitably de-rated to deliver the designed output at 415V.

NOTES: The capacitor unit shall be manufactured in full compliance with and tested to the requirements of IEC 60831, Part-1 and Part-2. DE TUNING REACTORS: Capacitors with detuned filtering technique shall be employed to correct power factor while avoiding the risk of resonance condition. This shall be performed by shifting the resonance frequency to lower values where no harmonic currents are present, by introducing a filter reactor in series with the capacitors, such that the capacitor / reactor combination is inductive at the dangerous frequencies but capacitive at fundamental frequency. The circuit should be tuned such that the series resonant frequency should be below the lowest harmonic order expected to be present in the electrical network. The de-tuning reactors shall be connected in series with each capacitor stage and shall be of iron cored type. The Detuned Reactor Should be equipped with Thermal Switch inside the Winding which should cut-off the respective contactor in case of Over-temperature. The capacitors used in conjunction with reactors shall be suitably de-rated to deliver the designed output at 415V.

The reactor insulation shall be Class “F” or above. The maximum temperature of the reactor at maximum continuous RMS amperage shall be no higher than 145oC at a 50oC ambient. The capacitor and reactors shall be tuned for 135 Hz and 14% relative impedance (2.7 tuning order) for 3rd Harmonics present in the network. However, if the network is likely to have 5th and higher order harmonics only, the tuning frequency shall be 210Hz and relative impedance of 5.67% (4.2 tuning order).

Tolerance of reactors shall not exceed +/-3% of rated value.

NOTES: The de tuning reactor shall be manufactured in full compliance with and tested to the requirements of IEC 60076-6 Reactors

POWER FACTOR CONTROLLERS: The power factor controller shall/ be able to: 1. Microprocessor based and shall be able to sense the reactive current requirement of the

network and shall switch ON / OFF the required stages of a capacitor bank.

Page 109: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 109 of 265

2. Insensitive to wirings such as reversed CT connection, PT on a wrong phase etc. 3. Detect any stage size by automatic recognition and the switching sequences should be user

defined. Detect the capacitor bank size if in case the present capacitor is replaced by a new capacitor of different rating

4. Is equipped with LCD display which shows at any time power factor, internal capacitor bank temperature and monitors the line frequency.

5. Suitable for 1A or 5 A current input and operating in temperatures up to +50 degrees C. The capacitor Bank and controller shall ensure that after the loss by fault of any one stage, it shall continue to operate automatically and shall follow rotational switching.

6. Recognize the connection of CT and Voltage and be able to automatically adjust itself to the phase angle difference .Regulator shall have capability to automatically search and set the C/K setting, it shall be also possible to program the C/K setting manually.

7. Have a minimum time delay of 120 seconds for switching on a capacitor into circuit, from its last disconnection from the circuit.

8. The ingress protection of the regulator shall be minimum IP 40. 9. The regulator must be panel mounted, shall be easily programmable and shall conform to

safety guidelines as per IEC 61010-1:2001 10. The regulator must be suitable for 1 A or 5 A current input and shall be sensitive to a minimum

current input of 40ma 11. The threshold value for the operating temperature and system harmonics shall be

programmable and the regulator shall be able to switch off the connected capacitor stages if the actual values exceed these thresholds

12. Be equipped with RS 485 communication port. 13. Dual Cos Phi – The Controller should have programmable dual cos phi to differentiate the need

in compensation (Cos Phi) when the operating condition changes. Like Peak Hour (2:30-3:30PM when the target PF could be increased to 1.0) or Power factor correction needs with a utility supply changes when the input power is from a in house Generator.

14. The Power factor controller/regulator should allow the following readings. o Automatic initialization and stage rating detection o Any step sequence detection (User definable step sequence ) o Measurement of capacitance per stage o Cap bank over load current ratio o THD Voltage o 4 Quadrant operation o Active , reactive and apparent power o Record of the Max temp internal of the capacitor bank since reset o System Voltage (V AC) o Frequency o Apparent Power (kVA) o Apparent current (A) o Temperature (°C) o Real time Cos phi o kVAr value to target Cos phi

15. The controller shall initiate alarms and warnings in the following events. o Temperature limit is exceeded o Insufficient capacitor output o Overload current ratio limit is exceeded o Under voltage, Over voltage o THDU limit is exceeded o Low power factor/ under compensation. o Over compensation o Over current o Capacitor step defective

Page 110: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 110 of 265

NOTES: The automatic power factor controller shall be manufactured in full compliance with and tested to the requirements of IEC 61326-1. IEC 61326-1 Electrical equipment for measurement, control and laboratory use – EMC requirements – Part 1: General requirements.

SHORT CIRCUIT AND OVER LOAD PROTECTION:

The capacitor bank shall be protected by a suitably rated MCCB/MCB at the incomer. It shall have a rotary front operating door mounted handle and should be interlocked with the door to ensure that the capacitor bank is de-energized when door is open.

The MCCB/MCB shall be a three pole and shall fully comply with the requirements of the IEC 60947-1 & 2. The MCCB shall be rated for a minimum insulation voltage of 660 V and designed for an ambient temperature of 50 degrees C. The current rating shall be at least 1.5 times the full load current of the capacitor bank and shall have a mechanical endurance of a minimum 1000 operations. Each stage of the capacitor bank shall also have a suitably rated MCCB with an electronic over-current relay for overload protection. The electronic over-current relay shall be adjusted to trip if the RMS current of the stage exceeds the overload setting.

The combination of bus bars and stage breakers shall be designed and type tested for a short circuit withstand of 50kA/1sec minimum

NOTES: The MCCB / SWITCH DISCONNECTOR shall be manufactured in full compliance with and tested to the requirements of IEC 60947-1, 2& 3. IEC 60947-1: Low-voltage switchgear and control gear – Part 1: General rules IEC 60947-2: Low-voltage switchgear and control gear – Part 2: Circuit-breakers. IEC 60947-3: Low-voltage switchgear and control gear – Part 3: Switches, disconnectors, switch-disconnectors and fuse-combination units CONTACTORS (STAGE SWITCHING): Depending on the requirements either electromagnetic contactors or electronically controlled thyristorised contactor shall be used for switching PFC capacitors. For very fast and transient free switching, thyristors shall be employed that have a switching time of only a few milliseconds.

ELECTROMAGNETIC CONTACTOR: The contactors shall be of type three poles, specially designed for switching capacitors and shall be able to make against large transient current peaks at a high frequency of several kHz that can occur on capacitor switching. The contactors shall isolate all the three supply phases to the capacitor on switch off. The contactors shall have an electrical lifetime of 200,000 operations under capacitive switching conditions. Contactors along with damping resistors (AC6b) shall be used where there is a possibility of high inrush peak current to reduce it. The capacitor contactors shall be weld resistant up to a possible peak inrush current of 200 * IR. In case capacitor banks are supplied with Harmonic Blocking Reactors, contactors for capacitor switching shall be without damping resistors (AC3), because the peak current limitation is provided by Reactor impedance. The contactors shall conform to IEC 947-4-1/ IEC 947-5-1.They should have a current rating of not less than 1.3 times the rated three phase capacitor unit current. They shall be tested as per IEC 269 with a test voltage 1.1x UN. THYRISTOR SWITCHED CONTACTOR: Transient free switching allows near real time compensation. Transient free switching should be used for equipment’s which require dynamic VAR compensation. Capacitive switching can result in transient surges.

Page 111: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 111 of 265

Transient surges can effect electronic equipments, programmable logic controllers in installations such as hospitals, airports and process industry. Transient free switching can be achieved through thyristor switched contactors. The thyristor switched contactor shall be rated for 2200 PIV. The thyristor switched contactor shall turn on at zero differential voltage across it. This zero differential voltage tolerance shall not exceed 6 volts. The time delay between turn off and subsequent turn on should be as minimum as possible and in the range of milliseconds. There should not be any discharge devices across capacitor that can exceed the watt loss of more than 30 watt. The thyristor switched contactor should incorporate overload and over temperature protection. De tuning reactors shall be provided with every stage incorporating thyristor switches. The over temperature fault shall switch off the thyristor switches. This fault shall have an auto-restart function. NOTES: The thyristor switched contactor shall be manufactured in full compliance with and tested to the requirements of IEC 60747-6. IEC 60747-6 : Semiconductor devices. Discrete devices. Part 6: Thyristors.

TESTING AND INSPECTION ROUTINE TESTS: All tests shall be carried out in the presence of and to the satisfaction of end user and at such times as he may reasonably require. All samples used for testing shall be to the contractor’s expense and shall not affect the quantities to be supplied under this contract. All instrument used for testing purposes, shall be calibrated by an approved authority. The cost of all tests shall be included in the contract price and shall not be quoted for separately. a) Routine Tests on Capacitor Bank All routine tests on the assembled Capacitor Bank shall be carried out in accordance with IEC 61921and IEC 61439-1 as per the relevant clauses mentioned against each test.

Routine tests shall be carried out by the manufacturer on every Low voltage power factor correction banks before delivery.

Inspection of the assembly including inspection of wiring and, if necessary, an electrical operation test

Dielectric test

Checking of protective measures and of the electrical continuity of the protective circuit

Verification of insulation resistance

b) Routine Tests on Capacitor Units All routine tests shall be carried out in accordance with IEC 60831 as per the relevant clauses mentioned against each test. Routine tests shall be carried out by the manufacturer on every capacitor unit before delivery. Capacitor Banks should accompany the test reports of the Capacitor Units used issued by the manufacturer.

Capacitance measurement and output calculation

Measurement of the tangent of the loss angle (tan δ) of the capacitor

Voltage test between terminals

Voltage test between terminals and container

Test of the internal discharge device

Sealing test

Page 112: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 112 of 265

TYPE TESTS: Type tests certificates and reports shall be submitted from independent certification bodies and must include the following: a) Type Tests on Capacitor Bank All type tests shall be carried out in accordance with the International Electro-technical Commission (IEC) Publication No. IEC 61921 and IEC 61439-1 on complete Capacitor banks equipped with detuned reactors. The following type tests shall include:

Verification of Temperature Rise limits at 130% of nominal current (with allowable temp rise values considering 50degC as the base ambient temp)

Verification of dielectric properties

Verification of the short-circuit withstand strength

Verification of the effectiveness of the protective circuit

Verification of clearances and creepage distances

Verification of mechanical operation

Verification of the degree of protection

b) MCCB’s, Reactors, Thyristors, Current Transformers : Complete type test certificates for all major components, like MCCB’s, Reactors, Current Transformers, etc. shall be submitted as per the relevant IEC/BS standards along with the tender.

SITE TESTS The contractor is responsible for submitting all contract works to site inspection by the Engineer, before site tests are commenced. Before commissioning, the contractor shall depute an experienced and qualified testing Engineer from the manufacturer’s works to carry out the following tests on the equipment and such other tests that may be considered necessary by the Purchaser. The Site Acceptance Test (SAT) format for the capacitor bank shall be forwarded to the purchaser prior to the SAT.

The contractor’s test engineer shall complete all pre-commissioning tests, commission all plant and equipment supplied by him and hand over the entire contract works to the Purchaser in good shape. All the charges connected with the pre-commissioning tests of the equipment shall be included in the tender price. The contractor’s testing engineer shall carry out all commissioning tests in co-operation with and to the satisfaction of the Purchaser’s engineer who will take part in all these tests. The manufacturer shall provide all test equipment required for different test purposes at site. The following test / inspections at site shall be carried out: Mechanical Tests:

Visual inspection to verify degree of protection creepage and clearance distances. All conductors and cables are checked for proper routing and all devices for proper mounting. Check effectiveness of all mechanical devices, e.g. handles, locks, interlocks, operating devices, etc. Check panel conformity to drawing and Engineer’s requirements.

a) Checking of all mounting plates/fasteners. b) Checking of dimensions and components as per drawings. c) Electrical circuits fasteners tightness/ surface area contacts. d) Crimping and ferrules as per drawing. e) Labels / Identification/ Nameplate.

Page 113: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 113 of 265

f) All doors checking, safety and accessibility. g) APFC cabinet surface finish / smoothness.

Electrical Tests:

Insulation resistance test shall be carried out at all main circuits through to final terminals. Insulation resistance shall exceed 10 mega ohms. Record all measurements.

Function test of all circuit breakers switches, contacts, etc. and every circuit to verify correct operation. a) Insulations resistance tests between phases and earth and between neutral and earth. b) Operational test on components. c) Switching ON / Off of capacitor bank on various KVAR requirement. d) Checking of Display parameters. e) Switching On / off logic verification. f) Data communication through Serial / optical port g) Verification of data/reports/functions in base computer software.

Final Inspection Prior to energizing the capacitor bank the following checks shall be carried out at site:

1. Operate the equipment through all design functions, including remote operation, actuation of alarm and indicating devices, mechanical and electrical tripping and closing and operation of the protective devices.

2. Insulation resistance measurements on the buses, phase to phase and phase to ground, with all breakers in the fully connected position and contacts open.

3. Control circuit insulation resistance to ground 4. Inspect all relays and protective devices, and verify settings in accordance with the

manufacturer’s instructions. Inspect current transformers and relays for correct polarity of connections and the installation of jumpers on unused current transformer circuits.

5. Manually close and trip each breaker checking and adjusting the main contact alignment and wiring action in accordance with the manufacturer’s instructions.

6. Test protective relay operation for incomer air circuit breakers. With the capacitor bank and active harmonic filters in operation, measurement of the power factor and system harmonics shall be carried out after commissioning of both the equipment. WARRANTY/DISCLAIMERS The capacitor bank assemblies shall be warranted by the manufacturer to be free from defects for a period of 60 months from factory shipment. DRAWINGS AND INFORMATION The Manufacturer shall furnish the following drawings and documents placed inside the drawing pocket of the equipment supplied.

Dimensioned drawing showing outline of the capacitor bank

Single line diagram showing all the major electrical components.

Protection and control schematics of the capacitor bank

Details of cable terminations and fittings.

Technical Manual giving installation, operation and maintenance instructions GROUNDING All bank and enclosure shall be connected to a 40x6mm earth copper bus bar/ or insulated cu wire of similar cross section.

Page 114: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 114 of 265

HANDLING A shock control shall be placed on the package of the capacitor bank. If the bank falls, this control will be broken. The equipment shall be provided with lifting rings, or provided with provision for using a forklift truck for handling. For installation, a 250 mm space shall be provided form the front of the bank, in order to have an optimal position of the bank for good ventilation.

GENERAL PARTICULARS AND GUARANTEES

CAPACITOR BANKS 1) Manufacturer & Country of Manufacture. 2) Type and reference 3) Supply Voltage V 4) Highest System voltage V 5) Rated Frequency Hz 6) Rated Capacity of Complete Bank 7) Number and Capacity of each stage. 8) Connection configuration 9) Method of control 10) Electrical Clearances

a. Phase to phase b. Phase to earth

CAPACITOR UNIT 1) Manufacturer/Country of Manufacture 2) Type reference 3) Standards Applicable 4) Rated Power kvar 5) Rated Voltage V 6) Rated Current A 7) Rated Frequency Hz 8) Rated Capacitance Μf 9) No.of Elements(Capacitors )

a) In Series b) In parallel

10)Continuous Over voltage withstand capability % 11) Maximum permissible Overload current % 12) Capacitor loss at rated Voltage W 13) Type of active element 14) Built in Discharge device resistance

15) Discharging time to achieve 50V 16) Service indoor/outdoor POWER FACTOR CONTROLLER 1) Manufacturer/Country of Manufacture 2) Type 3) Rated Current 4) Supply Voltage 5) Measuring Accuracy 6) Regulation steps 7) Setting range 8) Over compensation monitoring Yes/No 9) Manual Mode Yes/No

10)Degree of Protection

Page 115: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 115 of 265

11)Communications 12)Operating conditions Temp, Humidity DE TUNING REACTORS 1)Tuning frequency 2)Detuning Factor 3)Inductance 4)Nominal Voltage 5)Insulation Temperature class ENCLOSURE 1) Type 2) Degree of Protection 3) Sheet Thickness 4) Painting thickness 5) Mechanical Protection 6) Compartments 7) Cooling arrangements and louvers 8) Dimensional details

3 PHASE UPS SYSTEM- TECHNICAL SPECIFICATION 1.1 – Purpose The purpose of this specification is to define the design, manufacture and testing characteristics required in view of supplying, putting into operation and maintaining an Uninterruptible Power Supply system (referred to as a UPS in the rest of this document). The UPS system shall be designed to supply dependable electric power to: The total load supplied by the UPS system shall be equal to 2 x 300 kVA in parallel redundant mode 1.2 – Brief description The UPS system shall be made up of 2 identical parallel-connected transformer-lessmonolithic design with single rectifier and single inverter. Capacity of Inverter & Rectifier shall be of similar rating as of the UPS capacity operating in double-conversion mode (also called on-line mode); it shall be a VFI-type UPS (as per standard IEC 62040-2& IEC 62040-3). Each UPS unit shall have a unit rating of 300kVAand shall comprise the following components, described below in this specification:

● PFC rectifier; ● Battery charger; ● Inverter; ● Battery; ● Static bypass (via a static switch) for each UPS unit; ● Manual maintenance bypass for each UPS unit ● User and communications interface; ● Battery management system; ● Any and all other devices required for safe operation and maintenance, including circuit breakers, switches, etc.

The UPS system shall ensure continuity of electric power to the load within the specified tolerances, without interruption upon failure or deterioration of the normal AC source (utility power) for a maximum protection time determined by the capacity of the backup batteries installed.

Page 116: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 116 of 265

2 – Operating principle Each single-UPS unit shall operate in double-conversion mode (also called on-line mode); it shall be a VFI-type UPS (as per standard IEC 62040-2& IEC 62040-3), made up of the following components, described in detail in this specification 2.1 – Normal operation (Normal AC source available) The rectifier shall supply the corresponding inverter with DC current while the charger simultaneously float charges its battery. The load is continuously supplied with dependable electrical power by the inverter. 2.2 – Operation on battery power (Normal AC source not available or outside tolerances) Upon failure or excessive deterioration of the normal AC source, the inverter shall continue to supply the load with power from its battery without interruption or disturbance, within the limits imposed by the specified battery backup time. 2.3 – Battery recharge (Normal AC source restored) When the normal AC source is restored, the rectifier shall again power the corresponding inverter, without interruption or disturbance to the load, while the charger automatically recharges the battery. The UPS system shall ensure equal sharing of the total load between the various parallel-connected units. 2.4 – Parallel operation and redundancy The units shall operate in parallel with redundancy, with the load shared equally between the units. If a major fault occurs on a unit, it shall automatically disconnect. If the remaining unit(s) are sufficient to supply the load, it/they shall remain in operation.If the total available power is insufficient, the load shall be automatically transferred, without interruption, to the bypass AC source, if it is within tolerances. 2.5 – Transfer to bypass AC source In the event of an overload exceeding system capabilities (short-circuits, heavy inrush currents, etc.) the load shall be automatically transferred, instantaneously and without interruption, to the bypass AC source,on the condition that bypass power is available and within tolerances. To that end, synchronisation of each inverter in phase and frequency with the bypass source shall be automatic. Transfer of the load back to the UPS-unit outputs shall be automatic or manual. During transfer, the load shall not suffer an outage or disturbance in the supply of power.To ensure transfer in complete safety, the system shall simultaneously control the static switches. On request, the UPS system may automatically transfer the load with a micro-interruption if a major fault occurs on the UPS system and if synchronisation with the bypass source has not been established. 2.6 – Maintenance on UPS units For maintenance purposes, all electronic components shall be accessible from the front of the UPS. In addition, a built-in manually-operated mechanical bypass system shall be:- installed in each UPS unit For personnel safety during servicing or testing, this system shall be designed to isolate the UPS units while continuing to supply power to the load from the bypass AC source. Transfer to the manual bypass mode and back shall be possible without interruption to the load. The UPS shall also include a device making it possible to isolate the rectifiers and the chargers from the normal AC source.

Page 117: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 117 of 265

2.7 – Battery maintenance For safe maintenance on the battery of each UPS unit, the system shall include a circuit breaker to isolate the battery from the corresponding rectifier/charger and inverter. The battery circuit breaker should have UV coil to trip the breaker by UPS during DC fault and auxiliary contact to sense the breaker position by the UPS. When the battery is isolated from the system, the UPS shall continue to supply the load without interruption or disturbance, except in the event of a normal AC source outage. 2.8 – Cold start (normal AC source absent) The battery of each UPS unit shall be capable of ensuring UPS start-up even if normal AC power is not available and continuing operation within the specified back-up time (start on battery power shall be possible on the condition that the system was already started with AC power present). 3 – Sizing and general characteristics 3.1 – Technology The UPS shall be based on IGBT technology (IGBT Rectifier / IGBT Inverter) with built-in thermal monitoring and a high free-frequency chopping mode to dynamically optimise efficiency and power quality. 3.2 – Rating The UPS systems shall be sized to continuously supply a load of 300kVA at unity output power factor i.e. 300 kVA = 300 kW at 20 Deg C (As Temperature in UPS Room will be maintained at 20 Deg C) operation. It shall be made up of 4UPS units, each with an identical rating of 300kVA/kW. In case individual UPS can not cater 300 kW at 20 Deg C, then the UPS vendor shall provide the next higher rating available to meet the requirement. 3.3 – Battery backup time The backup time of each UPS in the event of a normal AC source outage shall be 15minutes.The service life of each battery shall be equal to at least 5 years and warranty should be 3 years min. Battery bank of each UPS shall be selected and sized of Min. 211200 VAH accordingly. UPS shall also be capable of operating with Lithium Ion Batteries for future upgradation. 3.4 – Reliability and MTBF The active redundancy type architecture shall allow the installation to reach an MTBF of … 1.88x106hours Approximately corresponding to an unavailability of 5.32x10-6 3.5 – Types of loads accepted If all the connected loads are non-linear (100% non-linear loads), each UPS unit shall accept high crest factors (3:1) without derating of output. For both linear and non-linear loads, the voltage total harmonic distortion at UPS output (THDU downstream) shall respect the following limits:

● THDU downstream ph/ph and ph/N 2% for linear loads;

● THDU downstream ph/ph and ph/N 3% for non-linear loads. 3.6 – Limitation of harmonics upstream of the UPS system The UPS system shall not draw a level of harmonic currents that could disturb the upstream AC system, i.e. it shall comply with the stipulations of guide IEC 61000-3-4 (formerly IEC 1000 3-4). In particular, the UPS shall respect the following characteristics at the normal AC input:

● total harmonic current distortion (THDI) upstream of the rectifier not exceeding: - 3% at full rated load for an RCD (computer) load, at Pn; - 5% from 50% to 100% of the full rated load;

Page 118: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 118 of 265

● Input power factor (pf) greater than or equal to 0.99. These performance levels, due to the “clean” input rectifier drawing sinusoidal current, limit upstream distortion and avoid over sizing of upstream equipment (cables, circuit breakers, etc.), without requiring additional filters. 3.7 – Efficiency Overall efficiency of each UPS unit shall be greater than or equal to: ≥ 93.5 % at 50% rated load (In/2) in normal mode; 3.8 –Noise level The noise level, measured as per standard ISO 3746, shall for each unit be less than:Not more than 75dBA. 4 – AC sources The UPS system shall be designed to receive power from the sources presented below. 4.1 – Normal AC source (Rectifier input) The normal AC source supplying the UPS shall, under normal operating conditions, have the following characteristics:

● rated voltage: 370 V – 470 V at full rated load, 250 V – 470 V at partial load ● Number of phases: 3 ph + Earth. The neutral shall not be necessary. ● Frequency: 50 or 60 Hz ± 10%.

4.2 – Bypass AC source (Static-bypass input, if separate from rectifier input) The bypass AC source shall continue to supply the load, without interruption, if its characteristics remain within voltage tolerances (370 V to 470 volts).Outside these tolerances, it shall be possible to supply the load, but in downgraded mode. The bypass AC source supplying the UPS shall, under normal operating conditions, have the following characteristics:

● rated voltage: 340 V – 470 V at full rated load, ● Number of phases: 3 ph + Neutral + Earth. ● Frequency: 50 or 60 Hz ± 8% selectable in step of ± 1%

UPS should have built in feature to operate without Incoming neutral and without using additional Isolation Transformer. If the input Neutral gets disconnected from Mains, the UPS should continue to operate and support the single phase loads connected at the output. Thus neither the UPS operation nor the load should get effected due to disconnection of Mains neutral. 5 – Electrical characteristics 5.1 – Rectifiers and chargers 5.1.1 – Supply The rectifier and charger module shall be supplied via the normal AC input. It must be capable of operating without a neutral. 5.1.2 – Inrush current A device shall be provided to limit inrush currents. When AC power fails and during genset start, the rectifier shall limit the power drawn to 70% of its rating for ten seconds. The remaining 30% shall be supplied by the battery.

Page 119: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 119 of 265

5.1.3 – Battery-current limiting For long battery life, an electronic device shall automatically limit the charging current to the maximum value specified by the battery supplier (0.1 x C10 for a sealed lead-acid battery). 5.1.4 – Operating mode The standard charger of each unit shall be sized to recharge the battery rapidly: a battery bank with a backup time of 1hourshould be recharged in less than 12 hours following a complete discharge to recover 90% of backup time. 5.1.6 – Voltage regulation Rectifier/charger regulation on each unit shall take into account the ambient temperature of the battery and shall ensure DC output voltage fluctuations of less than 1% irrespective of load and AC input voltage variations within the limits specified in section 4.1 “Normal AC source”. 5.2 – Batteries Each UPS unit shall be equipped with its own battery of the sealed lead-acid type, with a design life of 5 years; and warranty should be 3 years min. The battery shall be installed in a cabinet identical in appearance to that of the UPS. The battery shall be sized to ensure continuity in the supply to the inverter for at least 15 minutes (Minimum VAH required is 169200 VAH)for a power rating of 300kVA at 0.8 Power factor. Individual UPS shall be capable to operate with Lithium Ion Batteries too for future up gradation. 5.3 – Inverters Each inverter shall be sized to supply a load rated 300kVAat Unity Output Power Factor i.e. 300 kW at 20 Deg C (20 Deg C Will be maintained in the UPS Room). 5.3.1 – Output voltage ● Rated voltage 380 / 400 / 415 volts rms, adjustable via the user interface, within tolerances of +/- 3%. ● Number of phases 3 phases + neutral + earth. ● Steady-state conditions The variation in the rated voltage shall be limited to ± 1% for a balanced load between 0 and 100% of the rated power, irrespective of normal AC input and DC voltage levels, within the limits specified in section 4.1 “Normal AC source” ● Voltage variations for load step changes Output voltage transients shall not exceed ± 2% of rated voltage for 0 to 100% or 100 to 0% step loads. In all cases, the voltage shall return to within steady-state tolerances in less than 100 milliseconds. 5.3.2 – Output frequency ● Rated frequency - 50 ● Variations - ± 0.5 Hz, 5.3.3 – Synchronisation with bypass power ● When bypass power is within tolerances To enable transfer to bypass power, the inverter output voltage shall be synchronised with the bypass source voltage whenever possible. To that end, during normal operation, a synchronisation system shall automatically limit the phase deviation between the voltages to 3 degrees, if the bypass source

Page 120: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 120 of 265

frequency is sufficiently stable (within adjustable tolerances of ± 0.5% to ± 8% with respect to the rated frequency). ● Synchronisation with an external source It shall be possible to synchronise with all types of external source. For example, if the bypass source is a generator set, the synchronisation tolerances shall be approximately ± 8% (adjustable) with respect to the rated frequency. ● Autonomous operation following loss of synchronisation with bypass power When the bypass source frequency deviates beyond these limits, the inverter shall switch over to free-running mode with internal synchronisation, regulating its own frequency to within ± 0,1%. When bypass power returns to within tolerances, the inverter shall automatically resynchronise. ● Variation in frequency per unit time During the switch to free-running mode and the switch back to synchronised mode, frequency variations per unit time (dF/dt) shall be limited to 1 Hz/s or 2 Hz/s (user defined). 5.3.4 – Overload capacity The UPS shall be capable of supplying for at least: ● 10 minute a load representing 125% of the rated load; ● 1 minute a load representing 135% of the rated load; ● 30 second a load representing 150% of the rated load. If necessary, the UPS shall operate as a generator (current limiting) with a max current capacity of 250% of nominal current for 150 milliseconds, to allow highly disturbed transient operating states (high overloads, very high crest factors, downstream fault etc.) if the bypass is unavailable or outside the tolerance limit. 5.4 – Static-bypass 5.4.1 – Static bypass Each UPS unit shall be equipped with a static bypass comprising a static switch. The static bypasses shall be controlled simultaneously by a built-in system. Instantaneous transfer of the load from the inverters to bypass power and back shall take place without a break or disturbance in the supply of power to the load, on the condition that the bypass source voltage and frequency are within the tolerances specified in section “Bypass AC source” and that the inverters are synchronised. Transfer shall take place automatically in the event of a major overload or an internal inverter fault. Manually initiated transfer shall also be possible. If the bypass power is outside the specified tolerances or is not synchronised with the inverter, automatic transfer of the load from the inverter to bypass power shall take place after a calibrated interruption adjustable from 13 to 1000 ms. 5.4.2 – Static-switch protection Each static switch shall be equipped with an RC filter for protection against switching overvoltages and lightning strikes. 5.5 – Discrimination and short-circuit capacity If the bypass power is within the tolerances specified in section 4.1 “Bypass AC source” , the presence of the static switch shall make it possible to use the short-circuit power of the bypass source to trip the downstream protection devices of the common inverter output. To ensure tripping in a selective manner, the available power shall be sufficient to trip protection devices with high ratings (circuit breaker rated In/2 or UR fuses rated In/4, where In is the rated UPS-system current). If the bypass source is outside the specified tolerances, the UPS shall operate as a generator (current limiting) with a max current capacity of at least 250% of nominal current for period of 150

Page 121: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 121 of 265

milliseconds.The UPS system on its own shall, for the same discrimination requirements, be capable of tripping circuit breakers rated In/2 or UR fuses rated In/4, irrespective of the type of short-circuit. Parallel connection of a number of UPS units significantly improves discrimination. 5.6 – System earthing arrangement The UPS shall be compatible with the following system earthing arrangements: ● upstream source: …[ TT/ IT / TNS / TNC ]… ● downstream installation: …[ TT/ IT / TNS / TNC ]… 6 – Mechanical characteristics 6.1 – Mechanical structure The UPS and batteries shall be installed in cabinet(s) with a degree of protection IP20 (standard IEC 60529). Access to the subassemblies making up the system shall be exclusively through the front. 6.2 – Scalable design The UPS shall be designed to allow the installed power to be easily increased on site by connection of additional UPS units upto 8 units in parallel, either to meet new load requirements or to enhance system availability by introducing redundancy. This transformation shall be possible directly on site, without returning the equipment to the factory and without causing excessive system downtime. 6.4 – Connection To facilitate connections, all terminal blocks must be easily accessible from the front when the UPS is installed with the back to the wall. Entry of upstream and downstream power cables, as well as any auxiliary cables, shall be possible through the bottom for a false floor. The UPS shall be equipped with an earth-circuit connector, in compliance with the standards listed in section 12 “Standards and tests”. The cables shall comply with the standards listed in section 12 “Standards and tests” and be mounted in compliance with the stipulations in section 6.6 “Safety”. The neutral conductor shall be oversized for any third-order harmonic currents and their multiples (the size of the neutral shall be 1.5 times that of each phase). 6.5 – Safety The equipment shall meet the requirements of degree of protection index IP-20, in compliance with standard IEC 60529. For the safety of maintenance personnel, the cabinet shall be provided with a manually operated mechanical bypass designed to isolate the rectifier, charger, inverter and static switch while continuing to supply the load from the bypass AC source. It shall be possible to send to the UPS an external EPO order resulting in opening of the battery circuit breaker and the upstream circuit breaker. 7 – Environment conditions 7.1 – UPS (not including batteries) 7.1.1 – Operation The UPS shall be capable of operating under the following environmental conditions without loss of performance:

Page 122: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 122 of 265

● ambient temperature range: 0° C to +35° C; ● recommended temperature range: +20° C to + 25° C; ● maximum relative humidity: 95% at 25° C; ● maximum altitude without de-rating: 1000 meters. 7.1.2 – Storage The UPS, not including the battery, shall be designed for storage under the following conditions: ● ambient temperature range: -10° C to +55° C. 8 – Protection 8.1 – UPS Each UPS unit shall include protection against AC-source over voltages (as per standard IEC 60146), excessive external or internal temperature rise and vibrations and impacts during transport. 8.2 – Rectifier and charger The rectifier and charger shall automatically shut down if the DC voltage reaches the maximum value specified by the battery manufacturer or if the temperature exceeds the limits specified above. 8.3 – Inverter Inverters shall self-protect against overloads and short-circuits, irrespective of the operating mode (AC power or battery power). 8.4 – Batteries 8.4.1 – Protection against deep discharge and self-discharge The UPS shall comprise a device designed to protect the battery against deep discharges, taking into account the characteristics of the discharge cycles, with isolation of the battery by a circuit breaker with UV release and Auxiliary Contact. 8.4.2 – Independent regulation and monitoring systems A regulation system shall regulate the battery voltage and the charge current. A second system, independent of the regulation, shall monitor the battery voltage and the charge current. Consequently, if the regulation system fails, the monitoring system steps in to shut down the charger and avoid overcharging. 8.4.3 – Regulation of the battery voltage depending on the ambient temperature A temperature sensor adapts the charge voltage to the ambient temperature. This regulation system takes into account the chemical reaction and prolongs the battery service life. The permissible temperature range is set in the personalisation parameters.An alarm shall be issued for temperatures outside the permissible range. 8.4.4 – Self-test Battery monitoring shall be carried out by an automatic device. Self-test intervals shall be set to one month by default, but shall be adjustable. This self-test system shall, where necessary, initiate indications via LEDs on the front panel or a message to a remote monitoring system. 10 – User interface and communication 10.1 – User interface UPS operation shall be facilitated by a user interface, on each UPS unit, comprising:

Page 123: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 123 of 265

● a graphic display; ● controls; ON & OFF push button ● status indications with mimic panel. The information and controls shall be centralised by a system (electronic board) built into one of the UPS units. 10.1.1 – Graphic display The graphic display shall facilitate operation by offering the functions listed below. ● operating language It shall be possible to display in different language all the operating information supplied on the screens. ● animated colour mimic diagram The mimic diagram shall enable display of installation parameters, configuration, operating status and alarms and indication of operator instructions for switching operations (e.g. bypass). ● step by step operating help The graphic display shall assist the user by providing step by step help in the user’s language. ● display of measurements It shall be possible to display the following measurements: - inverter output phase-to-phase voltages; - inverter output currents; - inverter output frequency; - voltage across battery terminals; - battery charge or discharge current; - rectifier/charger input phase-to-phase voltages; - rectifier/charger input currents; - crest factor; - active and apparent power; - power factor of the load; - battery temperature. ● display of status conditions and events It shall be possible to display the following indications: - load on battery power; - load on UPS; - load on automatic bypass; - general alarm; - battery fault; - remaining battery backup time; - low battery warning; - bypass AC source outside tolerances; - battery temperature. Additional information shall be provided in view of accelerating servicing of the system, as specified in section 11 “Maintainability”. ● display of operating graphs It shall be possible to graphically display the measurements mentioned above on the screen over significant periods. ● log of time-stamped events This function shall store in memory and make available, for automatic or manually initiated recall, time-stamped logs of all important status changes, faults and malfunctions, complete with an analysis and display of troubleshooting procedures. It shall be possible to time stamp and store at least 2000 events. 10.1.2 – Controls The UPS shall comprise the following controls: ● ON and OFF buttons

Page 124: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 124 of 265

On and OFF push buttons should be provided on the front panel of the UPS to turn ON and OFF the inverter without using the graphical display. It should be independent from the graphical display which will help the user to operate the UPS even when the display is not functional. It shall also be possible to turn OFF the UPS externally via an isolated dry contact. ● EPO terminal block The UPS shall be equipped with an emergency power off terminal block for complete system shutdown following reception of an external control signal. The EPO command shall result in: - shutdown of UPS units; - opening of the static switch on the bypass line and of the battery circuit breaker; - opening of an isolated dry contact on the programmable card. ● alarm reset button This button shall turn off audio alarms (buzzer). If a new alarm is detected after clearing the first, the buzzer shall sounds again. 10.1.3 – Status indications with mimic panel Multi colored LED based mimic Indication panel for the operating status conditions shall be provided in the front panel of the UPS system. The LED mimic panel should be independent from the graphical display which will help the user to know the opearting status of the UPS even when the display is not functional. The mimic panel shall represent the UPS and indicate the status of the load supply using five two-colour (red and green) LEDs: ● load supplied (LED at UPS output on mimic panel), ● inverter on (inverter LED on mimic panel), ● operation on battery power (LED between battery and inverter on mimic panel), ● bypass activated (bypass LED on mimic panel), ● PFC rectifier on (rectifier LED on mimic panel). Three LEDs on the control panel indicate the following status conditions: ● load protected; ● minor fault; ● major fault. 10.2 – Communication 10.2.1 – Standard communication It shall be possible to remote the following controls, indications and measurements. To that end, each UPS unit shall have as standard equipment: ● a programmable card for input/output information. This card shall provide a total of eight dry contacts, six for incoming information and two for outgoing information. ● at least three communication ports for later addition, without interrupting operation, of communication cards implementing different protocols, e.g. SNMP, Jbus/ ModBus, RS232. 11 – Maintainability Life Cycle monitoring of Critical Components ● The UPS should be capable to predict the remaining life of the critical components like AC & DC Capacitors, Batteries, Cooling Fans and Power Supply boards to prevent the failure of the equipment. The UPS should display the remaining life of these components in the front display and give pre alarm for the preventive replacement of these components before end of their service life.

Page 125: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 125 of 265

Local and remote diagnostics and monitoring – E. Services ● The UPS shall be equipped with a self-test system to check operation of the system as a whole each time it is started. To that end, the supply control/monitoring electronics shall offer: ● auto-compensation of component drift; ● acquisition of information vital for computer-aided diagnostics or monitoring (local or remote); ● overall readiness for remote supervision services provided by the manufacturer. Smart Power Testing: Smart Power Testing (UPS Testing with or Without External Load Bank): UPS shall be tested and commissioned at site by the manufacturer’s engineers to establish all the input and output parameters with the use of Smart power testing (i.e. Without the use of external load bank, by recycling its input energy only) at 100% loading & overloading conditions i.e. UPS performance check at 100% loading and overloading condition. In case this feature is not available in the UPS, then external load bank of 300 kVA for individual UPS along with Input & Output Breaker & all Cabling shall be provided by the vendor. Energy Booster Mode: Restoration Strategy i.e. Out of the parallel UPS, if load is less i.e. Can be catered by 2 UPSs only, then other two UPS shall not operate and entire load shall be on UPS No. 1 & 2 with increased loading and Efficiency. 12 – Standards, tests and quality assurance 12.1 – Standards All equipment shall be designed and built in accordance with accepted engineering practice and applicable international standards, in particular the standards listed below. ● IEC 6014B-4: UPS – Performance. ● IEC 62040-1 and EN 62040-1: UPS – Safety. ● IEC 62040-2 level A: UPS – Electromagnetic compatibility [level C3 / C2 class A is optional]. ● IEC 62040-3 and EN 62040-3: UPS – Performance. ● IEC 60950 / EN 60950: Safety of IT equipment, including electrical business equipment. ● IEC 61000-2-2: Compatibility levels for low-frequency conducted disturbances and signalling in public low-voltage power supply systems. ● IEC 61000-3-4: Limits for harmonic current emissions (equipment input current > 16 A/ph). ● IEC 61000-4: EMC – Electrical fast transient/burst immunity. ● EN 55011 and EN 55022: Limits and methods of measurement of radio interference characteristics of industrial, scientific and medical (ISM) radio-frequency equipment – Level A conducted and radiated emissions. ● IEC 439: Low-voltage switchgear and controlgear assemblies. ● IEC 60529: Degrees of protection provided by enclosures (IP Code). ● ISO 3746: Sound power levels. ● CE marking. What is more, the equipment must comply with environmental-protection standards, with production taking place on premises certified ISO 14001. The UPS design procedure shall be covered by an ISO 9001 quality system as well as a dependability study to ensure maximum reliability. The R&D and production both should be an ISO 14001 certified site UPS Vendor Manufacturing facility shall be based in India only as worksneed to witnessed for performance i.e. FAT.At least 100 no.s of proposed UPS Model of rating 300 kVA and above shall be operating / running in INDIA successfully from last 5 – 6 years..

Page 126: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 126 of 265

12.2 – Certification of conformity The manufacturer shall provide, on request, a complete qualification file demonstrating compliance with the above standards.What is more, the indicated levels of performance shall be confirmed by certification from independent laboratories (e.g. TÜV or Veritas). 13 – Services 13.1 – Maintenance The supplier shall propose contracts covering four levels of maintenance. ● Level one: simple checks and settings, procedures accessible without any dismounting and involving no risk. ● Level two: preventive maintenance, checks not inhibiting continuous operation of the system and preparing operators for Manufacturer services. ● Level three: trouble-shooting. Repairs by standard exchange of subassemblies and functional power and control components. Preventive-maintenance operations, both systematic and when indicated by qualified diagnosis. ● Level four: major preventive and corrective maintenance operations or technical upgrades during start-up, operation or renovation of the UPS installation and recycling of equipment or components representing a risk. These operations require the use of devices and means that have been calibrated by certified organisations. 13.2 – Technical competency ● customer operators: the supplier shall offer a level 2 training program. ● service personnel: the supplier shall ensure that service personnel are qualified for level 4. 13.3 – Functional components – organisation of supplier services ● Sufficient geographical proximity of the supplier or an authorised agent shall ensure reasonable access times to the customer site in view of reducing the mean time to repair (MTTR). The supplier shall be in a position to offer a contract limiting the response time to four hours. ● The supplier’s logistics system and the availability 24 hours a day of original replacement parts shall similarly contribute to reducing to the greatest extent possible the mean time to repair (MTTR). 13.4 – System start-up ● The system and equipment shall be started up on site by the supplier or its authorised agent. The procedure shall include checks on the characteristics of the upstream and downstream protection devices and on the UPS installation parameters. 13.5 – Replacement parts ● The suppler shall undertake to provide certified original replacement parts for at least ten years following the date of delivery. 13.6 – Recycling and renovation/substitution ● At the end of the UPS service life, the supplier shall guarantee the continuity of service of the customer’s installations if necessary, including dismantling of equipment and replacement of equipment, in compliance with applicable standards on environmental protection. 14 – Warranty The rectifier/charger and inverter subassemblies shall be guaranteed (parts and labour on site) for five year following the start-up date. The sealed lead-acid battery shall be covered with 3 years warranty. 15 – Services Required services include:

● supply of the UPS and any accessory parts or elements;

Page 127: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 127 of 265

● carriage-paid UPS transportation and delivery to the site. Options: ● UPS handling and installation on the site; ● connections between the battery and the UPS; ● connection of the normal AC source to the rectifier/charger; ● connection of the bypass AC source to the input transformer or bypass input; ● connection of the load circuits to the UPS output.

TECHNICAL DATA SHEET FOR 300KVA UPS

Sl.No Description Required Parameters

Compliances (Complied or

Not Complied)

1 Environmental Characteristics

1.1 Working temperature 0 Deg C to 35 Deg C

1.2 Storage temperature -25° to 50° C

1.3 Humidity 95% non – condensing

1.4 Standards

1.4a Safety IEC 60950-1;IEC 62040-1-1/ AS62040-1-1

1.4b EMC IEC 62040-2; AS 62040-2; EN50091-2 Class A

1.4c Design and Test IEC 62040-3; AS 62040-3

2 General Characteristics

2.1 Technology Monolithic DesignTransformeless ONLY

2.1 a Design Topology IGBT Inverter / IGBT Rectifier

2.2 Efficiency

2.2a AC/AC total efficiency @ 100% load

≥ 93.5%

2.2b AC/AC total efficiency @ 50% load ≥ 93.5%

2.3 Noise level @ 1Mt distance 75dBA

2.4 Conversion technology True-On-Line’ & Double conversion

2.5 Configuration Parallel Redundant mode

2.6 Dimensions in mm(LxBxH) To be specified by vendor

2.7 Weight in Kgs To be specified by vendor

2.8 Cable entry-Top/bottom BOTTOM

2.9 Degree of Protection IP 20

3 Input Electrical Characteristics

3.1 Type of rectifier(Switching device) PWM and IGBT as a switching device

3.2 Input Voltage(3Phase) 370Volt to 470Volt

3.3 Input Frequency 45Hz to 55Hz

3.4 Input Power factor from 50% to 100% load

> 0.99 lag

3.5 System power walk-in Upto 60Seconds selectable

3.6 Input current harmonic distortion(THD)

3.6b THD @ 50% load < 6%

3.6c THD @ 100% load < 3%

3.7 DC ripples <1%

3.8 Charging time 90% recovery in < 12 hrs after complete discharge

4 Output Electrical Characteristics

Page 128: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 128 of 265

TECHNICAL DATA SHEET FOR 300KVA UPS

Sl.No Description Required Parameters

Compliances (Complied or

Not Complied)

4.1 Out put KVA 300KVA

4.2 Out put KW as specified in Tech Specs at Unity Power Factor at 20 Deg C

300KW.

4.3

Incase individual UPS can not cater 300 kW load at 20 Deg C , then next higher rating shall be quoted

No deviation Accepted. Vendor to specify

4.3 Output Voltage(3Phase) 380V/400V/415V selectable

4.4 Static output Voltage variation 1%

4.5 Dynamic output Voltage variation (100% Step Load)

2%

4.6 Recovery time < 60ms to + 1%

4.7 Output wave form Pure Sinusoidal

4.8 Output Voltage variation at 100% balance load

1%

4.9 Output Voltage variation at 100% unbalance load

2%

4.1 Phase displacement at 100% balance load

120° + 1°

4.11 Phase displacement at 100% unbalance load

120° + 3°

4.12 Output frequency 50Hz

4.13 Output Power factor @ rated capacity (without de-rating )

0.9

4.13 Overload capacity

4.13a For 30 minutes 110%

4.13b For 10 minutes 125%

4.13c For 30 seconds 150%

4.14 Crest Factor 3:1 In

5 Bypass Characteristics

5.1 Rated Voltage(3Phase with neutral)

380/400/415VAC +/-10%

5.2 Nominal Frequency 50Hz,

5.3 Frequency range + 0.5% to + 8% selectable

5.4 Transfer time synchronized mode < 3msec

5.5 Transfer time unsynchronized mode

15msec to 1000msec selectable

5.6 Short circuit withstand capacity 10time rated current for 100msec

5.7 Maintenance bypass switch Inbuilt

6 Battery Characteristics

6.1 Type of batteries 12V-Valve-regulated – sealed maintenance free

6.2 BATTERY VAH Minimum 169200 Vah with each UPS in 2 String only

6.3 Battery Make Bidder to Specify

Page 129: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 129 of 265

TECHNICAL DATA SHEET FOR 300KVA UPS

Sl.No Description Required Parameters

Compliances (Complied or

Not Complied)

6.4 Battery Backup time 15minute. Minimum VAH, 169200 Vah

6.5 Temperature Compensated Charging

Charging Voltage to be according to temperature

6.6 Battery Protection

Individual Battery circuit breaker for individual battery bank. i.e. 2 Battery Circuit Breaker with each UPS as each UPS shall have 2 Battery Strings minium

6.7 Battery Circuit Breaker

The battery circuit breaker should have UV coil to trip the breaker by UPS during DC fault and auxiliary contact to sense the breaker position by the UPS. Please note*: Isolators not accepted

6.8 Regulation of the battery voltage depending on the ambient temperature

A temperature sensor adapts the charge voltage to the ambient temperature. This regulation system takes into account the chemical reaction and prolongs the battery service life. The permissible temperature range is set in the personalization parameters. An alarm shall be issued for temperatures outside the permissible range.

6.9 UPS capability for operating with Lithium Ion Battery for future upgradation

Required

7 PROTECTIONS

DC Over Voltage

DC Under Voltage

Battery charging Current limit

Battery deep discharge

AC input Under Voltage

AC input Over Voltage

AC output Under Voltage

AC output Over Voltage

Output Overload

Output Short circuit

AC input current limit

8 Cooling Fan Redundancy at 100% Load

Required at full rated load i.e. At 100% Loading condition 300 kVA, each fans shall operate at 50% only

9 COMMUNICATION

9.1 Communication protocols SNMP, Jbus/ModBus, RS232

10 USER INTERFACE

10.1 LCD Display Graphical LCD display to provide alarms, measurements, control, statistical data, event log etc.

Page 130: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 130 of 265

TECHNICAL DATA SHEET FOR 300KVA UPS

Sl.No Description Required Parameters

Compliances (Complied or

Not Complied)

10.2 LED Based Mimic Panel

LED based Mimic provided on front panel to indicate power flow to the critical Load with an indication of the availability of the Rectifier, Battery, Bypass, Inverter and Load.

10.3 Alarms and Status Information All faults conditions are display in LCD with Audible Alarm

10.4 Life cycle monitoring of components in Display

The UPS should be capable to predict the remaining life of the critical components like AC & DC Capacitors, Batteries, Cooling Fans and Power Supply boards to prevent the failure of the equipment

10.5

Smart Power Testing (UPS Testing with or Without External Load Bank): UPS shall be tested and commissioned at site by the manufacturer’s engineers to establish all the input and output parameters with the use of Smart power testing (i.e. Without the use of external load bank, by recycling its input energy only) at 100% loading & overloading conditions i.e. UPS performance check at 100% loading and overloading condition. In case this feature is not available in the UPS, then external load bank of 300 kW for individual UPS along with Input & Output Breaker & all Cabling shall be provided by the vendor.

Required. Cost for testing UPS with External Load bank along with Breakers and cables for connecting for 300 kVA shall be icropro by the Vendor incase this feature is not available

10.6 Energy Booster Mode

Required Restoration Strategy i.e. Out of the parallel UPS, if load is less i.e. Can be catered by 2 UPSs only, then other two UPS shall not operate and entire load shall be on UPS No. 1 & 2 with increased loading and Efficiency.

10.7 Neutral Independent Design

UPS should have built in feature to operate without Incoming neutral and without using additional Isolation Transformer. If the input Neutral gets disconnected from Mains, the UPS should continue to operate and support the single phase loads connected at the output. Thus neither the

Page 131: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 131 of 265

TECHNICAL DATA SHEET FOR 300KVA UPS

Sl.No Description Required Parameters

Compliances (Complied or

Not Complied)

UPS operation nor the load should get effected due to disconnection of Mains neutral.

10.8 Independent regulation and monitoring systems

A regulation system shall regulate the battery voltage and the charge current. A second system, independent of the regulation, shall monitor the battery voltage and the charge current. Consequently, if the regulation system fails, the monitoring system steps in to shut down the charger and avoid overcharging.

10.9 Monitoring UPS Electrical Parameters

Input Voltage

Input Current

Input frequency

Bypass Input Voltage

Bypass Input Current

Bypass Input Frequency

Output Voltage

Output RMS Current

Load Peak Current

Output Frequency

Output KW

Output KVA

Load Power Factor

Battery Current

Battery DC Voltage

Battery run time

Temperature

11 Manufacturing Base & Installation

11. 1

UPS Vendor Manufacturing facility shall be based in India only as works need to witnessed for performance i.e. FAT. At least 100 no.s of proposed UPS Model of rating 300 kVA and above shall be operating / running in INDIA successfully from last 5 – 6 years..

Vendor to specify & Comply

Page 132: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 132 of 265

COOLING SYSTEM FOR SERVER FARM AREA – TECHNICAL SPECIFICATION The design of the unit should be optimized for use in data centres. It should also provide the facility to run the unit on part load in case the present IT load is less than the designed IT load. The technical specifications are given below.

Cooling:

S.No. Description

All components to adhere to ASHRAE guidelines

1

Air-conditioning units should be designed to achieve the specific environmental operating requirements published by the OEMs. The design shall ensure that their devices will function properly by maintaining the minimum and maximum operating temperature at the server intake, and the quantity of airflow measured in CFM required at the server’s intake

2 Bypass of airflow (conditioned air supplied from the precision air conditioning units is delivered directly back to the air conditioner’s intake) like penetrating of air through cable cut-outs, holes under enclosures, or misplaced perforated tiles etc should be completely blocked

3

The indoor unit shall be floor mounted type consisting of Compressor, Cooling Coil, and Indoor fan. The casing shall be double skin design. The outer skin shall be minimum 18G sheet. The front panels are attached to the framework by means of rapid-coupling “fasteners”. The standard panels shall be lined up with minimum 15mm thick PUF insulation. Fiber glass is not acceptable in place of insulation

4

COMPRESSOR: The sealed, hermetic scroll compressor/s should be housed in the lower portion of casing. Each compressor shall be mounted on vibration isolator. Each compressor shall have crank case heater. Minimum Four compressors shall be used in unit with double refrigerant circuit connected to minimum two condenser should be provided for operation of the compressors for high part load efficiency. Compressors should be in Digital/Tandem/Invertor type only.

5

POWER AND CONTROL PANEL: the power and control panel for the unit should be located within the casing. The panel should be accessible from front. This panel shall have main power isolator, contactors for compressor/s, indoor fan/s, outdoor fan/s, humidifier /s, electric reheat etc., Terminal block with identification ferrules shall be provided to inlet and outlet circuits etc., to suit the equipment operation. The panel will be connected with main incoming 3 Ph + N power supply and all other distribution for different components of package unit should be taken from this panel only. The suction accumulator for each compressor near to it shall be installed. The control should be of high end precision fully electronic type control that maintains the temperature within 0.5°C tolerance and the humidity within 5% tolerance

6

COOLING COIL: Provide Single cooling coil constructed from copper tubes and icroproc fins with slits. The face velocity shall be limited to 2.7 m/s (550 fpm) with 5% tolerance, complete with a hydrophilic treatment to reduce the surface tension between the water and the metal surface, thus icroproc film-wise condensation Shut off valve, Filter drier and Electronic Expansion Valve for each circuit shall be installed in this chamber. The return air temperature sensor shall be fixed. If electronic expansion valve is used without any modulating capacity device in the compressor care shall be taken not to get liquid into compressor while trying to maintain set superheat. The condensate drain tray shall be of stainless steel and provided to cover full projected area of cooling coil to collect all the condensed water. 100% Coil should be front Accessible. A/V Shape coil is not accepted.

7

FILTER: The return air opening to the under floor discharge unit shall be at top of casing. The filter shall in V shape to provide maximum area and least pressure drop. The filter frame shall be designed for easy mounting and dismantling of filter. The filter shall confirm to EU4. The media can be of pleated type if required. Filter shall arrest particles 3μ to 10μ size from 70% to 84.9% as per G4. The face area shall be sized for minimum pressure drop. For top discharge ducted units the return air inlet shall be either in front or at the rear with filter suitable located. Low airflow and clogged filter alarm sensors consisting of two pressure switches for controlling the

Page 133: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 133 of 265

S.No. Description

operating conditions of the fans and the build-up of dirt on the air filters inside the unit.

8

FAN: Aluminum single-inlet centrifugal electronically commuted EC fans with backward curved blades with EC. The fan motor shall be multi-speed type. For ducted top discharge unit it shall be located suitable in casing. The plug fan has an advantage of delivering air in any direction after the impeller position. The outlet velocity from the unit shall be in the range of 7.5 to 8.5 m/s

9

ELECTRICAL HEATING: Electric heating with icroproc-finned heating elements, complete with safety thermostat for manual resetting to cut off the power supply and trigger the alarm in the event of overheating. Thanks to the low surface temperature of the heating elements, the air ionization effects are also limited. This heating system serves a dual purpose: - heating the air in order to reach and maintain the set point; - reheating in the dehumidifying phase, so as to restore the air temperature to the set point. As a result, the installed heating capacity is sufficient to maintain the dry bulb temperature in the room during operation in dehumidifier mode

10

HUMIDIFIER: Immersed-electrode humidifier for modulating sterile steam production with the automatic regulation of the concentration of salts in the boiler to allow for the use of untreated water. Proportional control of the humidifier’s operation (achieved by controlling the electric current allowed to pass through the cylinder’s electrodes) and the periodic flushing cycle (controlled (20% to 100%) by continuously monitoring the water’s conductivity) guarantee a perfect efficiency of the system, a low energy consumption and a greater durability of the components.

11 The cooling system should be designed with a capacity adequate to keep operating temperature in Cold Aisle of servers and network equipment in rack at 22 +/- 2 degrees Centigrade,

12 The vendor will undertake supply, installation, testing and commissioning of all systems required for proposed cooling solution including but not limited to complete piping, heat exchanger units, electrical panels, tubes and cables, joints and miscellaneous Items.

13

All software and hardware components should be provided for integration of the cooling system and racks into a comprehensive Data Centre monitoring system to enable monitoring of the cooling components at all times in terms of water supply and return temperatures, air temperatures, fan speeds, condensate formation, water leakage, etc

14

REMOTE AIR COOLED CONDENSER: The Remote Air-cooled condenser shall consists of condenser coil/s constructed from copper tubes) enclosed in a powder coated CRCA frame. The condenser fan shall be propeller type driven directly by AC motor with multiple speed facility. One condenser shall be coupled to one Unit for high efficiency performance. This type of condenser is most suited for installation on terrace. Speed shall vary as per set pressure. The air discharge shall be horizontal. The air cooled condensers may be placed in 2 tiers 1 above the other wherever it is necessary.

15 Electrical power consumption, weight, footprint, and required inputs and operating conditions (including temperature, water quality and any other relevant parameter) of every component of proposed solution should be clearly mentioned in the technical bid

16 Clearly marked figures showing proposed layout of all components including, heat exchanger units, racks, power panels, tubes and cables should be included in the technical bid.

17

REFRIGERANT: Refrigerant shall be CFC free with zero ODP. Accepted refrigerant shall be R 407C/410A. The refrigeration oil shall be synthetic type suitable for the refrigerant on which the unit is designed. Similarly the components shall be designed with safety factor to suit the operating pressure of corresponding refrigerant

18

Electronic Expansion Valve (EEV) controlled by the microprocessor with special software created and tested by the manufacture shall be provided. This enables to adjust the flow of refrigerant fluid through the evaporator, controlling the real evaporator superheating in relation to variations in the ambient conditions in the room being air-conditioned. Improving in this way precision of cooling and the energy efficiency of the cooling cycle. Traditional Thermostatic

Page 134: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 134 of 265

S.No. Description

expansion valve is not accepted. Dehumidification process should happen by lowering the ADP of the coil by controlling refrigerant through EEV. Liquid receiver with safety plug installed inside the unit (in the air-cooled DX versions) Factory Fitted Liquid Line Solenoid Valve

19

The microprocessor controller manages the unit operations autonomously. In direct expansion unit the algorithms permits integral management of the Electronic expansion valve (EEV) with consequent optimization of energy saving, constant air flow during dehumidification and absolute operating stability. Units have been designed and developed to interact with all the most widely used Building Management Systems, exchanging data via the most common communication protocols through serial connections. The display can be situated on board the machine or, on request, with a kit for wall mounting for the remote control of the unit. By means of the user terminal, you can set the air-conditioner’s operating parameters, monitor the trend of the main working parameters and read any alarm messages. The controls have separate indications for a. Various modes of operation (cooling, heating) b. Alarm conditions (temperature high, wet floor and loss of air flow) c. Date, time and unit identification display d. Visual system alarm indication (along with mutable audio alarm as well) e. Programmable services interval indication display f. inbuilt sequencing of machines.

20

The microprocessor control system can be supplied with the following optional cards: - RS485 serial adapter for data transfer to a central supervisor system with STD protocol or MODBUS protocol; - Clock card for managing scheduling operations and for the operations counter functions - WATER LEAK DETECTOR comprising a control module installed on the electric switchboard and an external sensor

COMFORT AIR-CONDITIONING SYSTEM –TECHNICAL SPECIFICATION VARIABLE REFRIGERANT FLOW (VRF) SYSTEM The system shall be air-cooled, direct expansion type central air conditioning system consisting of one or more Variable Refrigerant Flow Condensing unit (Outdoor Unit) and connected to it one or more Evaporator (indoor) units. Condensing Unit (Outdoor Unit): The condensing unit shall be capable of assessing the requirement of liquid refrigerant volumetric flow of each evaporating unit at all times by means of a sophisticated microprocessor controller and generating the required total volume of refrigerant liquid for supply to the evaporator units. The condensing unit shall be a factory-assembled unit housed in a sturdy weatherproof casing constructed from rust proof galvanized powder coated steel panels. The noise level of the unit shall not be more than 70dB (A) measured horizontally 1 m away and 1.5 m above base level. The compressors shall be hermetically sealed Inverter driven variable speed type scroll or rotary type, capable of changing the capacity in accordance to the cooling load requirement. The condenser coils shall be constructed out of copper tubes mechanically bonded to aluminium fins. The surface of the condenser coil shall be coated with suitable chemical coating to prevent deterioration due to coastal climate. All necessary safety devices shall be provided to ensure safe operation of the system.

Page 135: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 135 of 265

Unit should be equipped with a highly efficient oil separation system to ensure stable operation with long refrigerant piping. The VRF condensing unit shall be located in open on a terrace with adequate clearance from nearby objects to ensure unobstructed air flow and easy approach for maintenance. Indoor Units (Evaporating Units): Each unit shall be selected as the requirement of the cooling load and interior layout in the respective space to be air-conditioned. The unit shall be equipped with an electronic expansion valve, which can communicate with the VRF controller in the condensing unit. The fan shall of the dual suction multi blade type and statically and dynamically balanced to ensure low noise and vibration free operation. Each indoor unit shall be equipped with cordless local control unit for setting the operating parameters. The address of the indoor unit shall be set automatically in case of individual and group control. Option of centralized control should also be achievable. Controls shall be provided to maintain the set room temperature within close tolerance limits. Remote Control Unit: A Remote Control Unit shall be provided for the system, suitable to be mounted near the entrance door of the premises. It should be possible to operate the entire air conditioning system and set working parameters of all indoor units and the VRF outdoor unit from this control unit. The unit shall be equipped with self-diagnosis for easy and quick maintenance and service. The remote controller shall memorize the latest malfunction code for easy maintenance. The controller shall be equipped with a battery back-up and a real time clock. It should be possible to control several number of indoor units and change fan speed and angle of swing flap individually and in group. Refrigerant Piping: The refrigerant piping interconnecting to indoor & outdoor units shall be made out of hard copper tubes, in brazed construction. The refrigerant line sizing should be designed to achieve minimum pressure drop and avoid oil return problem. The pipe sizes and connections shall be designed such that the evaporator units do not face back pressure due to the functioning of the evaporator next to it. All suction piping shall be insulated with closed cell elastomeric class ‘O’ nitrile rubber foam tubes of suitable diameter and thickness. All piping shall be neatly laid and supported on galvanized perforated sheet metal trays and clamped firmly. Piping should be shrouded, where necessary, to protect it from accidental damage/leaks during work by any agencies. All the wiring interconnecting the indoor and outdoor units shall be PVC insulated copper conductor flexible wires of appropriate rating, and shall be laid through PVC conduits. The refrigerant piping for the VRF system shall be of minimum wall thickness as per Copper pipe-ASTM B88, L-Type standard HARD drawn copper pipes. The copper pipe shall be internally chemically cleaned, free of dirt, dust, oxidation and any other deposits. All joints shall be made by brazing. Inert gas purging shall be used during the brazing process to prevent oxidation. Suction line shall be insulated with 19mm thick sleeve made out of closed cell elastomeric nitrile rubber foam insulation of fire retardant ‘O’ class. Wiring interconnecting the indoor and outdoor unit shall be done with PVC insulated copper conductor flexible wires of appropriate rating.

Page 136: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 136 of 265

U-bends shall be provided for efficient oil return in suction line, at appropriate locations. All piping shall be supported on GI perforated cable trays, and covered by GI sheet channels from the top, to prevent accidental damage during work of other agencies. The GI covers and trays shall be fixed to MS angle supports by bolting, to facilitate removal of the trays for verification of pipe leaks. All pipe supports/clamps shall be painted with red oxide primer followed by 2 coats of synthetic enamel finish paint. OEM should have service support Centre available locally at Jaipur. 750KVA PRIME CONTINUOUS D.G. SET-TECHNICAL SPECIFICATIONS

DIESEL ENGINE: Engine with cylinder, 4 stroke cycle, Water cooled developing 987BHP at 1500 RPM under NTP conditions of ISO-3046. The engine shall be provided with electrical starting arrangement & shall give the electrical output of 750KVA/ 600KW at 0.8 power factor, 415 V at the alternator terminal, suitable for DATA centre application with all accessories required for Synchronisation Other accessories of the engine would be as under: COOLING SYSTEM Radiator

Engine mounted Water pump Thermostats

Coolant Self contained piping Outboard after coolers FUEL SYSTEM

PT fuel pump STC Injectors Fuel filters

Self contained piping LUBRICATING SYSTEM Oil pump

Strainer Lube oil cooler-Plate type

Oil filter Bypass filter Self contained piping AIR INTAKE SYSTEM Dry type Paper Element filters Air intake manifold with necessary connections Turbo charged after cooled Restriction Indicator EXHAUST SYSTEM Exhaust manifold Stainless steel flexible connections suitably optimized to reduce noise. Silencers – Hospital Grade

Page 137: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 137 of 265

GOVERNING SYSTEM

Electronic Digital Governor STARTING SYSTEM Starter, 24V, DC Battery charging Alternator With in-built Regulator SAFETY SYSTEM (Engine Protection – Trip) Low lube oil pressure High water temperature Over speed

Low Coolant oil level (alarm) Reverse power protection OTHER SYSTEM Flywheel

Flywheel housing POWER COMMAND GENSET CONTROLS The Power Command Control set for monitoring, metering, protection and control system to meet the demands of engine driven DG sets and for paralleling, gen set control system. Features:

Digital AVR – Digital voltage regulation.

Digital Electronic Governing and Smart Starting.

DG set Monitoring – Monitors status of all critical engine & alternator functions

Engine Metering

AC Alternator Metering.

AC Bus/ Utility Metering.

Engine Protection.

AC Alternator Protection.

AC Utility Protection.

Fault Codes & Description on HMI.

Data Logging

Configurable inputs and outputs.

Modbus Interface (RS485RTU).

Amp Sentry protection – for true alternator over current protection. .

Digital frequency synchronization & voltage matching.

Isochronous load share.

Digital Power Transfer Control.

ALTERNATOR: Output : 750 KVA Power factor : 0.8 Rated Generating Voltage : 415 Volts Voltage regulation : +/- 0.5 % all load between no load to full load & factor 0.8 to unity Frequency : 50 Hz Speed : 1500 RPM Class of insulation : H Winding connection : Star connection (all six leads will be brought out of stator frame)

Page 138: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 138 of 265

Overload capacity : 10% for one hour in any 12 hours of operation without exceeding temperature rise limits specified in IS/IEC 60034 (I) when corrected to ambient temperature at site.

Bearings : Single bearing Enclosures : Drip proof & screen protected IP-23 The alternator shall be of self-excited, self-regulated, self-ventilated in brushless design, provided with suitable automatic voltage regulator and shall conform to IS/IEC 60034 (I) and shall give rated output at NTP conditions. ESSENTIAL ACCESSORIES: One set of essential accessories shall be supplied with each D.G. Set. This set of accessories shall comprise of the following: BASE FRAME: One no. MS Fabricated adequately machine Channel Common Base Frame with lifting facility,

FUEL TANK: One no. separate day fuel tank of 990 LITRES capacity for each DG set made out of 2 mm thick MS sheet BATTERIES: For electrical control circuit of 24 volt DC, 2 Nos. batteries of 12 volts 160 Ah each with battery leads for electrical starting of each DG Set. CONTROL PANEL FOR DG SET: The Generator control shall be indoor type, floor mounted, dust and vermin proof in sheet steel construction. The panel shall have doors at the front and back for proper maintenance. The panel shall have steel channel fabricated kick-plate and bolted type cable gland plate fitted at the bottom. The panel shall be constructed from 2 mm thick steel sheet. All the joints shall have proper gaskets. Monitoring and control devices shall be housed on the front door. Generally the construction of the panel will be such that various equipments for applications will be housed in compartments. All incoming and outgoing power and control cables shall be from the bottom. Panel will be equipped as follows: INCOMER 1 no. 3 pole, 1250Amp ACB MDO Type Set of CTs for metering INSTRUMENT

1 – Voltmeter with selector switch 1 – Ammeter with selector switch 1 – Frequency meter 1 – KWH meter 1 – KW/ PF Meter INDICATION LAMPS

Genset Running Set on Load Phase Indication Instrument fuses duly wired and ferruled Copper Bus bars of suitable capacity

Page 139: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 139 of 265

Salient Features of DG Set (750KVA)

Compact, Sleek, Manual/ Automatic. Sound proof, Weather proof enclosure. Should Confirms to statutory Govt. noise level norms. The Enclosure should be modular construction with the provision to assemble and dismantle easily. The Enclosure should be fabricated in 16 SWG-CRCA-sheet. The sheet metal components should be of eight tank pre-treated and should be Polyester based

powder coated (inside as well as outside) for long life.

All Nuts-bolts, hardware should be of Stainless Steel Battery should be provided in a tray inside the Enclosure. Doors gasket should be of high quality EPDN gaskets to avoid leakage of sound. Sound proofing of enclosure should be done with high quality rock wool confirming to IS 8183 to

suitable thickness and density.

Rock wool should be further covered with fibreglass sheet and perforated powder coated sheet. A special Hospital Grade silencer should be provided to control exhaust noise. Specially designed sound attenuators should be provided to control sound at air entry & exit points

inside the Enclosure. To make the system vibration free, engine and alternator should be mounted on specially designed

anti-vibration pads mounted on Base frame. The enclosure should be designed and layout of the equipment should be such that there is easy

access to serviceable parts. Adequate ventilation should be provided to meet air requirement for combustion & heat removal. An arrangement for illumination inside the Enclosure should be provided . The silent DG set should have following safeties:

High water temperature. Low lub oil pressure.

High enclosure temperature. Emergency stop push button outside the Enclosure. Engine/ Alternator used for Silent DG set should carries a warranty for 5 years. Noise level is 75 dB(A) at distance of 1 mtr. In open free field environment as per ISO 8528 part 10. SOUND ATTENUATED SYSTEM THICKNESS OF SHEET – 16-G High class sheet metal fabricated enclosure for reducing the noise level of DG set & should also acts as a weather proof housing. Genset should be a integral part of acoustic enclosure and whole construction should be on multi-fold sheet channels & ISMC sections. Enclosure construction should be fully bolted keeping in view the major service requirements. All doors should be provided with specially designed hinges and lockable handles, Battery, Fuel tank should be housed inside the enclosure. ACOUSTIC MATERIALS Rock wool in the form of slabs of 100 mm thickness and 96 KG/Metric cube density (Specification of Rock wool conforms to IS 8183) should be provided . VENTILATION Acoustic enclosure should be designed in such a way that there should not be hot pockets around engine and it should be provided with suitable designed engine radiator which does not allow the temperature to rise more than 70C above ambient temperature.

Page 140: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 140 of 265

To achieve optimal output and minimum sound level from the DG set, suitable openings should be provide for increasing the inflow of air required for combustion & forced ventilation. Air intake system as per the recommendations and engine requirement should be provided. The sound control system should be designed to suppress the sound level to 75 db maximum at 1 metres distance in open free field environment as per ISO 8528 part 10. SILENCER Specially designed Hospital Grade silencer should be provided. Silencer & engine exhaust outlet should be connected with flexible SS below. VIBRATION ISOLATION To avoid transfer of vibration from genset to enclosure & surrounding specially designed vibration isolators should be used. INTEGRATED BUILDING MANAGEMENT SYSTEM (IBMS) –TECHNICAL SPECIFICATIONS Building Management System(BMS)

i. Scope & performance The IBMS shall perform the following important functions

Building Management & Control

Serve as operator Man – Machine interface

Data Collection & Historisation

Alarm Event & Management

Trending Reports & MIS Generation

Maintenance & Complaint Management

Integration of several sub systems and related protocols. a) The proposed system shall perform all the functions, apart from those that are listed above, all such other tasks, as may be found necessary to icrop the operational requirements and the intent whether specified or not. The BMS system shall be make use of Intranet / Internet infrastructure in conjunction with Active Server Technology. It shall be implemented as client-server architecture and shall use standard browser technologies. b) A web server core shall be used to provide all forms and applications. c) It shall be possible to connect this server to an internet node (such as DSL router) and allow the operation of the BMS system through the internet at any time and at any location without any software extension. d) The proposed system shall be based on Distributed Networkable Intelligent system. The system shall be microprocessor based Direct Digital Controllers (DDC) shall interface with relays, sensors, actuators and safety & utility systems e) System architectural design shall eliminate dependence upon any single device for alarm reporting and control execution. Each DDC Controller shall operate independently by performing its own specified control, alarm management, operator I/O and data collection. The failure of any single component or network connection shall not interrupt the execution of control strategies at other operational devices. f) DDC Controllers shall be able to access any data from any other DDC Controller or combination of controllers on the network without dependence upon a central processing device. DDC Controllers shall also be able to send alarm reports to multiple operator workstations without dependence upon a central processing device. g) Standard Protocols The BMS system shall utilize industry standard protocols like BACnet, LON, KNX, OPC, DALI,M-Bus and thereby support various third party systems using standard hardware and software to link various functional nodes into a single integrated system.

Page 141: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 141 of 265

The following protocols shall be supported: - BACnet - OPC - XML - Modbus - Profibus - CAN - LON - KNX - DALI - LON Works - M-Bus The BMS operator station shall allow the user to monitor and control the entire system with various user definable access levels. The printers shall be provided for generating alarms, operator transactions and system reports. The system shall have provision for connecting to dedicated serial printer interface or through BMS operator station.

ii. Database a) The database shall be scalable. The data sources of the web server can be from the local nodes or from different computers on the network and via DSL/ ADSL/ ISDN. Archiving should be capable of being done based on time, data quantity or manually. The database should contain alarm and event data from the process level, event data from the controller level and management level, trends, user log data. b) It should be possible to use logical query to retrieve the data systematically and quickly. iii. Scheduling a) Time Based It should be possible to regulate activities and processes based on working and operating times as well as legal and personal holidays. It should be possible to implement switching circuits across various controllers and networks.

b) Event based Apart from the time based scheduling, it should be possible to switch and operate circuits based on specific events. It should be possible to combine several events and conduct batch type switching.

iv. Data Logging & Trending Program It should be possible to document chronologically and monitor real time data (online) and past process data (offline). All monitored data shall be recorded and shall be available in graphical format for viewing on screen or printing.

v. Alarms Program Alarms need be displayed based on time, priority or system type and should be visual/ audio based. This shall provide automatic VDU display and printout of any alarm. The alarms should be capable of being displayed on remote devices like PDA‟s, and remote PC‟s through email. vi. Control Level DDC Controllers shall be at least a 32 Bit Microprocessor. They shall also be multi-tasking, multi-user, real-time digital control processors consisting of modular hardware within a protective enclosure for ease of maintenance. Controller size shall be sufficient to fully meet the requirements of this specification and the attached point list. The system shall be both compact, i.e. DDC‟s with on board inputs and modular with Capability of adding additional Input/ Output modules as required. Overall, the system shall permit expansion of both capacity and functionality through the addition of sensors, actuators, DDC Controllers, Application Specific Controllers and operator devices. The DDC‟s shall have be onboard Ethernet interface. The controllers should also have an option of connecting to other controllers through a high speed network/ bus. They should be available with interfaces to 3rd party equipment using standard protocols like BACnet, Modbus, M-Bus, KNX. The DDC controller shall have an Integral Display which should display all parameters and allow overriding of outputs. vii. Sensor Level

The sensors required for the solution shall be provided.

Page 142: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 142 of 265

All analogues sensors required (Temperature, Humidity, Temperature & Humidity, Pressure, Flow) should be available with 0-10 V DC/ 4-20mA signal.

All digital sensors (air flow switch, pressure switch, flow switch) should be available with potential free contact. viii. Online configuration The DDC‟s shall support remote configuration and operation. All configurations shall be permissible while the system is on-line without interruption to monitoring and control on other channels. Systems that require going off line for programming/ configuration shall not be acceptable. The configuration tool must be web based and be easily deployable. It should contain all modules necessary for configuring the controller. The bidder should offer Building Management System complying following architecture:

Products o Utilize standard components for all assemblies. Custom hardware, operating system, and utility software are not acceptable. o All products (PCU’s, TDCU’s and ID’s) shall contain LonWorks/BACNet/Modbus networking elements to allow ease of integration of devices from multiple vendors. o All materials, equipment and software shall be standard components, regularly manufactured for this and other systems and custom designed for this project. All systems and components shall be thoroughly tested. CENTRAL STATIONS HARDWARE The Control stations shall comprise of Personal computers (PC) providing high-level operator interface with the system. The terminals shall be capable of providing the operator with the facility for remote system interrogation, control, and retrieval / storage of logged data, annunciation of alarms and reports, analysis of recorded data and the formatting of management reports. o The control station shall consist of the following hardware with all of them suitable for the power supply voltage of 230 V AC ± 10%, 50 HZ + 3%. o PC with Core I7 Processor/2GB RAM/1TB Hard Disk o 21” LCD Display, Keyboard & Mouse. o Suitable Dot matrix printer for printing of Alarms o Windows 7 operating system and other required software shall be included. CENTRAL STATION SOFTWARE

A. Command & Operating Software

IBMS

WLD

RRS

ADS

CCTV

ACS

FSS

FAS

BAS

Page 143: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 143 of 265

1. As a minimum, the menu driven command and operating software shall permit the operator to perform the following tasks with a minimum knowledge of the HVAC Control System provided and basic computing skills. i. Configure the network. ii. Create control sequences.

iii. Graphical interface to systems. 2. Provide additional third party software to permit the operator to manage hard drive files such as access, delete, copy, modify, etc. The package shall be object oriented and permit the user to manage directories upon boot-up. The file management software shall organize directories and sub-directories using files, file folder objects. 3. On-Line Help. Provide a context sensitive, on-line help system to assist the operator in operation and editing of the system. On-line help shall be available for all applications and shall provide the relevant data for that particular screen. Additional help information shall be available through the use of hypertext. 4. Security. Each operator shall be required to log on to that system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operator’s access for viewing and/or changing each system application, full screen editor, and object. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. This auto log-off time shall be set per operator password. All system security data shall be stored in an encrypted format.

5. System Diagnostics. The system shall automatically monitor the operation of all HVAC control workstations, printers, modems, network connections, and nodes. The failure of these devices shall be annunciated to the operator. 6. Reports and Logs. Provide a reporting package that allows the operator to select, modify, or create reports. Each report shall be definable as to data content, format, interval, and date. Report data shall be archived on the hard disk for historical reporting. Provide the ability for the operator to obtain real time logs of designated lists of objects. Reports and logs shall be stored on the PC hard disk in a format that is readily accessible by other standard software applications including spreadsheets and word processing. Reports and logs shall be readily printed to the system printer. Data shall be able to transferable to other software packages so as to create custom reports. 7. Web Browser Access: The DDC system shall provide total integration of the facility infrastructure systems with user access to all system data, either locally over a secure Intranet within the building or by remote access by a standard Web Browser over the Internet. B. Graphical Object-Oriented Programming Software 1. The system shall include a graphical object-oriented programming function which shall be used to create all control sequences utilized in programmable nodes (PN). The graphical object-oriented programming function shall provide programming elements to be connected together to create a logic diagram. The graphical object-oriented programming function shall include elements for mathematical, logical, timing, set point, display and input/output functions to create logic diagrams that represent sequences of operation for PNs. 2. Program elements shall be able to be combined into a custom template that can then be used as a standard function. 3. Program checkout and debug tools shall include display of real-time and/or simulated system variables and inter-object data on the programming screens. The user shall be able to assign fixed or variable values to inputs during the dynamic debugging of the control sequence. 4. The graphical programming tools shall provide the ability to print I/O lists, lists of standard network variables and lists of all parameters to be viewed by the HMI. 5. The programming software shall reside on each POT and OW server for programming and/or configuring each model of PN on the project. The applications shall be downloaded and executed at the appropriate nodes. The software shall allow for updated applications via the network from the OW.

Page 144: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 144 of 265

6. DDC programs are to be provided to meet the control strategies as called for in the sequence of operation sections of these specifications. Each PN shall have available a full library of DDC algorithms, intrinsic control operators, arithmetic, trigonometric, logic, Proportional Control, Proportional plus Integral (PI), Proportional plus Integral plus Derivative (PID), and relational operators for implementation of control sequences. 2-POSITION, FLOATING, STANDARD I/O AND COUNTER INPUTS, TIME BASED DATA, CURVE FIT FUNCTION, PSYCHOMETRIC FUNCTIONS, INTEGRATION. 7. All DDC set points, gains, and time constants associated with DDC programs shall be available to the operator for display and modification via the POT, DDU or OW interface. C. Library of Applications: A library of control, application, and graphic objects shall be provided to enable the creation of applications and user interface screens. Provide the capability to cut & paste objects and libraries into applications for a node/system. Applications are to be created by selecting the desired control objects from the library, dragging or pasting them on the screen, and linking them together, using a built-in graphical connection tool. Completed applications may be stored in the library for future use. Graphical User Interface screens shall be created in the same fashion. Data for the user displays is obtained by graphically linking the user display objects to the application objects to provide “real-time” data updates. Any real-time data value or object property may be connected to display its current value on a user display. Systems requiring separate software tools or processes to create applications and user interface display shall not be acceptable. D. Provide integral trend-logging presentation in the programming screen. E. Print capability, with page break reference tags to allow down to 8 ½”x 11” size paper F. Off-line simulations (step function, continuous run function, simulation of external inputs) G. Dynamic presentation of logic in on-line state (all intermediate values) H. Text to logic screens I. Memory monitoring J. Run-time capability K. Calculator objects, (basic stuff), including if-then-else, log, ln, exp, and trig functions. L. Recognize standard network variable type data (nvi) and create network variables to put on the network (nvo). M. Programming Objects 1. Provide the capability to copy objects from the supplied libraries, or from a user-defined library to the user’s application. Objects shall be linked by a graphical linking scheme by dragging a link from one object to another. Object links will support one-to-one, many-to-one, or one-to-many relationships. Linked objects shall maintain their connections to other objects, regardless of where they are positioned on the page and shall show link identification for links to objects on other pages for easy identification. 2. Configuration of each object will be done through the object’s property sheet using fill-in the blank fields, list boxes, and selection buttons. Use of custom programming, scripting language, or a manufacturer-specific procedural language for configuration will not be accepted. 3. The software shall provide the ability to view the logic in a monitor mode. When on-line, the monitor mode shall provide the ability to view the logic in real time for easy diagnosis of the logic execution. When off-line (debug), the monitor mode shall allow the user to set values to inputs and monitor the logic for diagnosing execution before it is applied to the system (step function and run mode, integral trend logging). 4. The system shall support object duplication within the Owner’s database. An application, once configured, can be copied and pasted for easy re-use and duplication. All links, other than to the hardware, shall be maintained during duplication. N. Object Libraries 1. A standard library of object function blocks shall be included for development and setup of application logic, user interface displays, system services, and communication networks. 2. The function blocks in this library shall be capable of being copied and pasted into the user’s database and shall be organized according to their function. In addition, the user shall have the capability to group objects created in their application and store the new instances of these objects in a user-defined library.

Page 145: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 145 of 265

3. Start-Stop Time Optimization Object. Provide a start-stop time optimization object to provide the capability of starting equipment just early enough to bring space conditions to desired conditions by the scheduled occupancy time. Also, allow equipment to be stopped before the scheduled un-occupancy time just far enough ahead to take advantage of the building’s “flywheel” effect for energy savings. Provide automatic tuning of all start / stop time object properties based on the previous day’s performance. O. Application Specific Node Configuration software Tools: Provide application specific node configuration software tools that will permit the individual network nodes to be configured and commissioned with appropriate parameters. This software will reside on the POT. P. Network Management Network Management Software for Windows network management software tool shall be used to assign domain, subnet, and node addresses to nodes; configure all routers and repeaters; define network data connections between LonWorks®/BACNet Device/Modbus Device network variables, known as “binding;” and record binding data into node addressing tables, and create a database of all addressing and binding information for all nodes on the network. DIRECT DIGITAL CONTROLLER DIRECT DIGITAL CONTROLLER (DDC) HARDWARE REQUIREMENT:

1) DDC controllers shall be capable of fully “stand- alone” operation i.e. in the event of loss of communication with other DDC’s or Control Station, they shall be able to function on their own. The controllers shall be LonWorks/BACNet/Modbus based products. 2) The controllers shall consist of minimum single 32-bit microprocessors for reliable throughput, based with EEPROM based operating system (O.S.). 3) The memory available to the controller board as working space for storage of the Operating system software and data files shall be decided on the basis of number of points being controlled by them. 4) The controllers shall be UL listed and conforming to CE (Euro norms). 5) Controllers requiring nickel-cadmium/lithium battery to support the full operation of the RAM, in addition to the above battery reserve a further battery shall be provided to retain the RAM for a minimum of 2 days, after the expiration of the standard battery A low battery alarm shall be provided with each Controller and with an indication at the Control Station. In case the memory is stored on EEPROM, the battery backup will not be required.

6) The Controllers shall have proportional control, Proportional plus Integral (PI) Control, Proportional plus Integral plus Derivative (PID) Control, Two Position Control and Time Proportioning Control and algorithms etc., all in its memory and all available for use by the user, i.e. all the control modes shall be software selectable at any time and in any combination. The analog output of Proportional Control, PI Control, and PID Control shall continuously be updated and output by the program shall be provided. Between cycles the analog output shall retain its last value. Enhanced integral action in lieu of Derivative function shall not be acceptable. 7) The controllers shall have a resident real time for providing time of day, day of week, date, month and year. These shall be capable of being synchronized with other clocks in the network. Back-up power shall support the clock. Upon power restoration all clocks shall be automatically synchronized.

8) The microprocessor based DDC’s shall be provided with power supply, A/D and D/A converters, memory, and capacity to accommodate a maximum of 18 input/output (I/O) hardware points (with or without an expansion board). DDC’s with a lower capacity of points shall preferably be provided at the locations with relatively less input/output points. 9) If the controllers provided by the contractor have the configurable plug in function cards, then the following minimum specifications shall have to be met: a. In addition to the basic outstation, a minimum of two slots shall be provided for the insertion of plug-in function cards.

Page 146: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 146 of 265

b. The cards shall provide for analog or digital, input or output, hardwired connections to the installed plant. c. The quantity and combination of these cards shall be determined by the requirements of the plant in that location with the concurrence of the Owner/ Consultant. 10) The DDC’s shall have 15% spare capacity (digital/analog input/output) to give flexibility for future expansion. 11) All DDC controllers shall be capable of handling voltage, mili-ampere, resistance or open and closed contacts inputs in any mix, if required. Analog inputs/outputs of the following minimum types shall be supported:

a) 4-20 mA. b) 0-1 volts. c) 0-10 volts. d) 0-5 volts, and e) 2-10 volts. f) Resistance Signals (either PTC or NTC) (PT 100, PT 1000, PT 3000, Balco 500, NI 1000) Digital input/output types to be supported shall be, but not limited to the following:

i) Normally-open contacts. ii) Normally-closed contacts. Modulating outputs shall be true proportional outputs and not floating control type. 12) Controller’s packaging shall be such that complete installation and check out of field wiring can be done prior to the installation of electronic boards. DATA COMMUNICATION The communication between controllers shall be via a dedicated communication network as per LonWorks/ BACNet/ Modbus recommended standards. Controllers microprocessor failures shall not cause loss of communication of the remainder of any network. All networks shall support global application programs, without the presence of a host PC. Each controller shall have equal rights for data transfer and shall report in its predetermined time slot. There shall be no separate device designated as the communication’s master. Those systems using dependent controllers shall be pointed out by the contractor and a dual redundant transmission media with automatic switching and reporting in the event of line faults will have to be provided. The communication network shall be such that

1) Every DDC must be capable of communicating with all DDC’s. 2) Network connected devices with no messages to transmit shall indicate “No failure” message each cycle. Lack of this message after successive retries shall constitute a communication or device failure FIELD DEVICES Temperature and Humidity sensors should be provided on each Hot and Cold Aisle (Sensors should be installed at Start, Middle and End of Rows of Rack and one Mtrs above the raised floor) and for all the Racks in Data Centre space and communication Room which should be integrated with IBMS. TEMPERATURE SENSOR Temperature sensors for space, pipes and ducts, shall be of the Resistance Temperature detector (RTD) type or thermistor. These shall be two wire type and shall conform to the following specifications:

1) The sensor housing shall plug into the base so that the same can be easily removed without disturbing the wiring connections. 2) The sensors shall not be mounted near any heat source such as windows, electrical appliances, etc. 3) The temperature sensors may be of any of the following types: a. PT 100, PT 1000, PT 3000 b. NI 100, NI 1000 c. Balco 500

Page 147: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 147 of 265

d. Thermistor e. NTC1800 HUMIDITY SENSOR o Space and duct humidity sensors shall be of capacitance type with an effective sensing range of 10% to 90% RH. Accuracy shall be + 3% or better. Duct mounted humidity sensors shall be provided with a sampling chamber. o Wall mounted sensors shall be provided with a housing. The sensor housing shall plug into the base so that the same can be easily removed without disturbing the wiring connections. The sensors shall not be mounted near any heat source such as windows, electrical appliances, etc. CONDUITS AND WIRING Prior to laying and fixing of conduits, the contractor shall carefully examine the drawings indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits, sizes and location of conduits and other relevant details. Any discrepancy found in the drawings shall be brought to the notice of Architect/Engineers Any modifications suggested by the Contractor shall be got approved by the Architect /Engineers before the actual laying of conduits is commenced. CONNECTIONS All jointing methods shall be subject to the approval of the Architect/Engineer. Separate conduits shall run for all power wiring. The threads and sockets shall be free from grease and oil. Connections between conduit and controller metal boxes shall be by means of brass hexagon smooth bore bush, fixed inside the box and connected through a coupler to the conduit. The joints in conduits shall be smooth to avoid damage to insulation of conductors while pulling them through the conduits. IP Based CCTV SURVEILLANCE SYSTEM IR DOME CAMERA

2MP IR DOME VARIFOCAL CAMERA

S. No. PARMAMETER DESCRIPTION COMPLIANCE

1 Image Sensor ½.8’’ Progressive Scan CMOS

2 Min. Illumination 0.01Lux @ (F1.2, AGC ON) ,0 Lux with IR

3 Shutter Speed 1/3s ~ 1/100,000s

4 Slow Shutter Support

5 Lens 2.8mm-12MM MOTORIZED VARIFOCAL LENS,

6 Lens Mount AF automatic focusing and motorized zoom lens

7 Auto‐iris DC drive

8 Day & Night IR cut filter with auto switch

9 WDR 120dB

11 Video Compression H.264/MJPEG

12 H.264 Type Baseline Profile / Main Profile

13 Video Bit Rate 32 Kbps – 8 Mbps

14 Audio Compression G.711/G.722.1/G.726/MP2L2

15 Audio Bit Rate 64Kbps(G.711) / 16Kbps(G.722.1) / 16Kbps(G.726) / 32‐128Kbps(MP2L2)

16 Max. Resolution 1920 × 1080

17 Frame Rate 50Hz: 25fps (1920 × 1080) /(1280 × 960)/(1280 × 720)

19 Enhancement BLC/3D DNR/ROI/Defog

20 Image Setting Rotate Mode, Saturation, Brightness, Contrast, Sharpness adjustable by client software or web browser

21 Day/Night Switch Auto/Schedule/Triggered by Alarm In

22 Picture Overlay LOGO picture can be overlaid on video with 128x128 24bit

Page 148: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 148 of 265

2MP IR DOME VARIFOCAL CAMERA

S. No. PARMAMETER DESCRIPTION COMPLIANCE

bmp format

23 Network Storage NAS (Support NFS,SMB/CIFS), ANR

24 Alarm Trigger

Intrusion detection, Line crossing detection, Motion detection, Dynamic analysis, Tampering alarm, Network disconnect, IP address conflict, Storage exception

25 Protocols TCP/IP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UpnP, SMTP, SNMP,

26 Security IGMP, 802.1X, QoS, Ipv6, Bonjour

27 Standard ONVIF(PROFILE S,PROFILE G),PSIA,CGI,ISAPI

28 Interface 1 RJ45 10M/100M Ethernet port, 1 RS‐485 interface

29 On‐board storage support up to 128 GB

30 Reset Button Yes

36 Protection Level IK10

37 Operating Conditions ‐30 °C – 60 °C (‐22 °F – 140 °F), Humidity 95% or less (non‐condensing)

38 Power Supply 12 V DC ± 10%, PoE (802.3af)

39 IR Distance 30m

40 CERTIFICATION UL, CE, FCC

IR BULLET CAMERA

2MP IR BULLET VARIFOCAL CAMERA

SR. NO. PARMAMETER DESCRIPTION COMPLIANCE

1 Image Sensor ½.8’’ Progressive Scan CMOS

2 Min. Illumination 0.01Lux @ (F1.2, AGC ON) ,0 Lux with IR

3 Shutter Speed 1/3s ~ 1/100,000s

4 Slow Shutter Support

5 Lens 2.8mm-12MM MOTORIZED VARIFOCAL LENS,

6 Lens Mount AF automatic focusing and motorized zoom lens

7 Auto‐iris DC drive

8 Day & Night IR cut filter with auto switch

9 WDR 120dB

11 Video Compression H.264/MJPEG

12 H.264 Type Baseline Profile / Main Profile

13 Video Bit Rate 32 Kbps – 8 Mbps

14 Audio Compression G.711/G.722.1/G.726/MP2L2

15 Audio Bit Rate 64Kbps(G.711) / 16Kbps(G.722.1) / 16Kbps(G.726) / 32‐128Kbps(MP2L2)

16 Max. Resolution 1920 × 1080

17 Frame Rate 50Hz: 25fps (1920 × 1080) /(1280 × 960)/(1280 × 720)

19 Enhancement BLC/3D DNR/ROI/Defog

20 Image Setting Rotate Mode, Saturation, Brightness, Contrast, Sharpness adjustable by client software or web browser

21 Day/Night Switch Auto/Schedule/Triggered by Alarm In

22 Picture Overlay LOGO picture can be overlaid on video with 128x128 24bit bmp format

23 Network Storage NAS (Support NFS,SMB/CIFS), ANR

Page 149: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 149 of 265

2MP IR BULLET VARIFOCAL CAMERA

SR. NO. PARMAMETER DESCRIPTION COMPLIANCE

24 Alarm Trigger Intrusion detection, Line crossing detection, Motion detection, Dynamic analysis, Tampering alarm, Network disconnect, IP address conflict, Storage exception

25 Protocols TCP/IP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UpnP, SMTP, SNMP,

26 Security IGMP, 802.1X, QoS, Ipv6, Bonjour

27 Standard ONVIF(PROFILE S,PROFILE G),PSIA,CGI,ISAPI

28 Interface 1 RJ45 10M/100M Ethernet port, 1 RS‐485 interface

29 On‐board storage support up to 128 GB

30 Reset Button Yes

36 Protection Level IK10

37 Operating Conditions ‐30 °C – 60 °C (‐22 °F – 140 °F), Humidity 95% or less (non‐condensing)

38 Power Supply 12 V DC ± 10%, PoE (802.3af)

39 IR Distance 30m

40 CERTIFICATION UL, CE, FCC

Software

Software

S. NO. DESCRIPTION COMPLIANCE

1 Video input min 64 ch license

2 S/w should be able to recognize the devices which are in the same network for easy configuration of the device into the s/w

3 Should support recording upto 12MP

4 Software shall allow live view and playback resolution Upto 12MP resolution

5 Software shall allow esata interface to be selectable for either backup or recording purpose

6 Software shall accept H.265,H.264 compressed videos

7 Should support N+1 hotspare function for failover condition

8 It shall be possible to search for recordings in the software by camera, date and time. If a data and time is specified, playback shall commence from that date and time. It shall be possible to playback more than one camera simultaneously. Atleast 4 ch @ 2M resolution

9 Should support Smart search for the selected area in the video and smart playback to improve the playback efficiency, different time period playback to support playback of a camera simultaneously with different time intervals

10 Should support saving the captured video analytic Pictures for camera IPC’s detection

11 Server software Should Support HDD allocation and group modes; different capacity can be assigned to different channels

12 S/W shall support ANR technology to pull back the data from camera during failover condition

13 The user with administrative rights shall create clients (users) and give access to the software client application based on predefined user access rights.

14 Each camera’s bit rate, frame rate and resolution shall be set independently from other cameras in the system, and altering these settings shall not affect the recording and display settings of other cameras.

Page 150: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 150 of 265

Software

S. NO. DESCRIPTION COMPLIANCE

15 The system shall allow the recording, live monitoring, playback of archived video and data simultaneously.

16 Software shall automatically store data from the camera storage card in case of reconnection of network after failure

17 Programming of alarm-triggered automatic events in various alarms configuration.

18 The software shall support a built-in Virtual Video Matrix.

19 Software shall have the capacity to trigger PTZ camera presets, patterns.

20 Multiple users shall be able to view the same camera sequence simultaneously.

21 The servers shall be connected to the network so that these can be placed at any location which has network access.

22 The software shall allow operators to view an instant replay of any camera.

23 The operator shall be able to control the playback with play, pause,forward, and speed buttons.

24 The software shall provide management and control over the system using a standard PC mouse, keyboard and CCTV keyboard.

25 The software shall display all cameras attached to the system regardless of their physical location on the network.

26 The software shall display all camera sequences created in the system.

27 The software shall allow operators to control (pause/play, skip forwards,skip backwards) camera sequences, without affecting other operators’ ability to view and control the same sequence.

28 The software shall support digital zoom on a fixed camera’s live video streams.

29 The software shall support digital zoom on a PTZ camera’s live video streams.

30 The operator shall be able to control pan-tilt-zoom, iris, focus, dome relays and dome patterns.

31 The software shall be able to display video of cameras on 40’’ LCD/Plasma monitors or on any size of monitor as specified by purchaser.

32 The software shall allow the control of display from the client PC.

33 The operator from the software shall be able to decide the screen layout and also the cameras that shall be displayed on the monitors.

34 The software shall support display of full screen to minimum 4x4 layout of cameras. Other display patters to be supported should be 2 x 2, 3 x 3 or better

35 The software shall be able to export sections of recordings to a separate folder, which can then be written to CD-ROM,DVD-ROM to be played back at a location

not connected to the network video management & recording network.The export process should make available a player application,which can be

provided with the exported video. Simultaneous export of multiple cameras should also be possible.

36 The software shall allow: Live display of cameras.

I Live display of camera sequences.

Ii Control of PTZ cameras.

Iii Playback of archived video.

Iv Retrieval of archived video.

V Instant Replay of live video.

37 It should allow for seamless integration of third party security infrastructure where ever possible.

38 The software shall provide a reporting utility for tracking for the following minimum options. Video and images shall be stored with reports for

Page 151: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 151 of 265

Software

S. NO. DESCRIPTION COMPLIANCE

documenting events.

I Alarms

ii Incidents

iii Operator logs

39 The software should support at least 64 video streams concurrently. It should support atleast 4 monitors in one server/ workstation for displaying live video. It should allow minimum 3 levels of user. It should allow minimum 16 cameras to be replayed simultaneously.

40 Software shall support triplex stream applications, recording, re-play and backup simultaneously. It shall be compatible with windows Server OS or embedded Linux for highest performance and reliability.

41 The software shall detect signal loss, HDD loss, IP icropro etc. and have the capability to alert the systems administrator.

ACCESS CONTROL SYSTEM Biometric Finger Scan Reader

FEATURES MINIMUM REQUIRED PARAMETERS

Transmission Frequency 13.56 MHz

Technology iClass

Security 64 bit authentication keys. The data flow between card & Reader should be encrypted

Graphical Display LCD display

Function Should be configured as a Reader – Enroller, Enroller Only & Reader Only (All three are mandatory)

Enrollmentof fingerprint templates iClass Smart Cards

Yes

Read Range Minimum 3.5”

Operating Voltage 10 – 12V DC

Operation Indoor use

Housing Polycarbonate

Fingerprint Sensor Optical

Sensor Resolution 500 dpi

Timing Fingerprint Capture: Less than 2 Sec

Verification of captured finger: Less than 1 Sec

False Acceptance Rate Less than 0.01%

False Rejection Rate Less than 0.01%

Fingerprint Enrollment Software Yes

Technology Compliance iClass 15693 & 14443B

Certifications UL

Operating Temperature 0° to 50°C or 32° to 122°F

Operating Humidity 10% to 90% relative humidity (Non-Condensing)

Smart Card Reader

FEATURES MINIMUM REQUIRED PARAMETERS

Transmission Frequency 13.56 MHz

Technology iClass

Security 64 bit authentication keys. The data flow between card & Reader

Page 152: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 152 of 265

should be encrypted

Audio Visual Indication Yes

Card Compatibility iClass 15693 & 14443B

Operating Voltage 10 – 12V DC

Operation Indoor use

Cable Distance 150 meters (Wiegand)

Read Range Minimum 3”

Certifications UL

Operating Temperature 0° to 45°C

Operating Humidity 10% to 90% relative humidity (Non-Condensing)

Controller

FEATURES MINIMUM REQUIRED PARAMETERS

Reader Inputs Two

Universal Inputs Two

Tamper Input One

Digital Lock Inputs Two

Processor 50 MHz with 128 MB RAM and 32 MB Flash

Processor For Reader Inputs Yes (Dedicated Processor for each Reader)

Communication 10/100 Ethernet Port

Memory Minimum 96000 personnel Records

Area Lockdown Support Yes

Real Time Clock Yes

Encryption 64 bit

Visual Indicator Yes

Mounting Wall / Ceiling Mount

Battery Backup 5 hours

Technology Compatibility Wiegand

Card Reader Power 5V DC & 12V DC (Jumper Selectable)

Wiring Distance 150 meters (Wiegand)

Indicator LED Yes

Push Button Switches Yes (For clearing the memory & Resetting the IP Address)

Enclosure Yes

Certifications CE Approved or UL listed

Operating Temperature 0° to 45°C

Operating Humidity 10% to 80% relative humidity (Non-Condensing)

Access Control Software: The Access Control Software should have the following Specifications:

1. Compatibility with any Windows Operating System

2. Compatibility with MYSQL / SQL / ORACLE

3. Support for TCP/IP Communication

4. Provision for Alarm Monitoring for Battery, Mains Supply, Door Opened too Long, Door Forced Opened, Unauthorized Swipe & Controller Tampering

5. Support for unlimited number of Card Database & Transactions

6. Specify Card Activation & Expiry Date

7. Support for Biometric, Pin & Smart Card Applications

8. Management of Dual Access Levels to a single Card

9. Remote Locking & Unlocking of Doors

10. Remote management of Controllers

11. Customization of Door User time for every card holder

12. One Client License

Page 153: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 153 of 265

13. Two Stages of Alarm Management (Acknowledgement on Receipt & Closure on Investigation)

14. Management of Minimum 100 Readers

15. Access Privileges on the basis of Time & Date

16. Creation of holiday schedules to cover maintenance & Vacations / Holidays

17. Setting of Time / Date from Client workstation

18. Permission to activate any control output for a specific event such as alarm

19. Programmable Shunt time to control the door opening time

20. Area Control by using Hard Anti Pass back, Soft Anti Pass back, Timed Anti Pass back, Occupancy Limit, Multi man principle, Area Lock down, Threat level conditioning.

21. Alarm Management

22. Automatic User Log off

23. Cardholder Management & Enrollment

24. Creation & Maintenance of User Database

25. Assignment of Access Privileges

26. Basic Time & attendance Feature such as Login report.

FIRE ALARM SYSTEM MAIN FIRE ALARM CONTROL PANEL (FACP)

A. The main FACP Central Console shall contain a microprocessor based Central Processing Unit (CPU). The CPU shall communicate with and control the following types of equipment used to make up the system: intelligent addressable smoke and thermal (heat) detectors, addressable modules, control circuits, and notification appliance circuits, local and remote operator terminals, printers, annunciators, and other system controlled devices. B. Information is critical to fire evacuation personnel, and it contains large 640-character Liquid Crystal Display (LCD) presents vital information to operators concerning a fire situation, fire progression, and evacuation details. A host of other options are available, including single- or Multichannel voice; firefighter’s telephone; LED, LCD, or PC based Graphic annunciators; fire or integration networking; advanced detection products for challenging environments, and many additional options. PANEL COMPONENTS & FUNCTIONS The control panel(s) shall be a multi-processor based networked system designed specifically for fire, one-way and two-way emergency audio communications, smoke control, extinguishing agent releasing system if necessitated, with integration modules for BMS or any third party control/annunciation. The control panel shall be UL/FM listed The control panel shall include all required hardware, software and site specific system programming to provide a complete and operational system. The control panel(s) shall be designed such that interactions between any applications can be configured, and modified. The control panel(s) operational priority shall assure that life safety takes precedence among the activities coordinated by the control panel. The control panel shall include the following capacities:

Support up to minimum 125 devices

Support up to minimum 2500 analog/addressable points.

Support network connections up to minimum 64 or other control panels and annunciator.

Support multiple digital dialers and modems

Support multiple communication ports and protocols

Support up to a minimum of 1740 chronological events. The network of control panels shall include the following features:

Ability to download all network applications and firmware from the configuration computer from the configuration computer from a single location on the system.

Provide electronic addressing of analog/addressable devices.

Page 154: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 154 of 265

Provide an operator interface control/display that shall annunciate command and control system functions.

Provide an internal audible signal with different programmable patters to distinguish between alarm, supervisory, trouble and monitor conditions.

Provide a discreet system control switch provided for reset, alarm silence, panel silence, drill switch, previous message switch, next message switch and details switch.

Provide system reports that provide detailed description of the status of system parameters for corrective action or for preventative maintenance programs.

Reports shall be displayed by the operator interface or capable of being printed on a printer. Provide an authorized operator with the ability to operate or modify system functions like system time, date, passwords, holiday dates; restart the system and clear control panel event history file.

Provide an authorized operator to perform test functions within the installed system.

The control panel shall contain a standby power supply that automatically supplies electrical energy to the system upon primary power supply failure. The system shall include a charging circuit to automatically maintain the electrical charge of the battery.

Operator’s Interface The system shall be designed and equipped to receive, monitor, and annunciate signals from devices and circuits installed throughout the building. Standard LED annunciator may be combined in common enclosures provided that the groups of LED’s comprising each of the required annunciator are separated from one another (Detection, Supervisory, Status, and Security) and clearly icropro. A minimum 640-character LCD display shall be part of the main control panel for easy alarm reading and understanding. Receipt of alarm, trouble, and supervisory signals shall activate integral audible devices at the control panel(s) and at each remote annunciation device. The integral audible devices shall produce a sound output upon activation of not less than 85 dBA at 10 feet. The annunciator shall contain the following system status indicators: LCD character Backlit Liquid Crystal Display

System Normal Indicator

System Common Alarm Indicator

System Common Trouble Indicator

System Common Supervisory Indicator

System Ground Fault Indicator

System Common Security Indicator

System Disabled Point(s) Indicator

System Reset Switch with Indicator

System Alarm Silence Switch with Indicator

System Trouble Silence Switch with Indicator

System Message Queue Scroll Switches.

Digit Keypad to Enable/Disable System and Functions Power Supply System power supply(s) shall provide multiple powers limited 24 VDC output circuits as required by the panel. Upon failure of normal (AC) power, the affected portion(s) of the system shall automatically switch over to secondary power without losing any system functions. Each system power supply shall be individually supervised. Power supply trouble signals shall identify the specific supply and the nature of the trouble condition. All standby batteries shall be continuously monitored by the power supply. Low battery and disconnection of battery power supply conditions shall immediately annunciated as battery trouble and identify the specific power supply affected. All system power supplies shall be capable of recharging their associated batteries, from a fully discharged condition to a capacity sufficient to allow the system to perform consistent with the requirements of this section, in 48 hours maximum.

Page 155: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 155 of 265

All AC power connections shall be to the building’s designated emergency electrical power circuit and shall meet the requirements of NFPA 72 – The AC power circuit shall be installed in raceway. The power circuit disconnect means shall be clearly icropro FIRE ALARM CIRCUIT CONTROL and shall have a red marking. The location of the circuit disconnect shall be icropro permanently inside the each control panel the disconnect serves. Power supply for all input & output devices to be driven from main Fire Alarm Panel. Reports The system shall provide the operator with system reports that give detailed description of the status of system parameters for corrective action, or for preventative maintenance programs. The system shall provide these reports via the main LCD, and shall be capable of being printed on any system printer. The system shall provide a report that gives a sensitivity listing of all detectors that have less than 75% environmental compensation remaining. The system shall provide a report that provides a sensitivity (% Obscuration per foot) listing of any particular detector. The system shall provide a report that gives a listing of the sensitivity of all of the detectors on any given panel in the system, or any given analog/addressable device loop within any given panel. The system shall provide a report that gives a chronological listing of up to the last 1740 system events. The system shall provide a listing of all of the firmware revision listings for all of the installed network components in the system. Field Mounted System Components Multi-sensor Photo Thermal Detector: The Multisensor or multitech smoke detector which will have both photoelectric as well as thermal detection elements shall have inbuilt microprocessor, and shall be capable of taking an independent alarm decision. The scattering of smoke particles shall activate the photo sensor. Each intelligent addressable smoke detector’s sensitivity shall be capable of being programmed electronically from Control Panel without any extra tools as: most sensitive, more sensitive, normal, less sensitive or least sensitive. In addition to the five sensitivity levels the detector shall provide a prealarm sensitivity setting, which shall be settable in 5% increments of the detector’s alarm sensitivity value. The detector should continue to give TRUE alarms even if the loop controller on the main panel fails. Alarm condition shall be based upon the combined input from the photoelectric and thermal detection elements. Each detector shall be capable of transmitting prealarm and alarm signals in addition to the normal, trouble and need cleaning information. It shall be possible to program control panel activity to each level. Each smoke detector may be individually programmed to operate at any one of five (5) sensitivity settings. Each detector microprocessor shall contain an environmental compensation algorithm that identifies and sets ambient “environmental thresholds approximately six times an hour.. The microprocessor shall monitor the environmental compensation value and alert the system operator when the detector approaches 75% and 100% of the allowable environmental compensation value. Detector Bases: The bases shall be easy to install and mount and shall be of standard type or isolator base type or sounder base type. The sounder base shall be used where local or group alarm icroproce is required. The sounder base emits a audible alarm when there is fire. The base shall, contain no electronics and support all series detector types. Manual Stations The fire alarm station shall be of polycarbonate construction and incorporate an internal toggle switch. A locked test feature shall be provided. The station shall be finished in red with silver “PULL IN CASE OF FIRE” lettering. Intelligent Modules

Page 156: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 156 of 265

The personality of multifunction modules shall be programmable at site to suit conditions and may be changed at any time using a personality code downloaded from the Analog Loop Controller. The modules shall have a minimum of 2 diagnostic LEDs mounted behind a finished cover plate. A green LED shall flash to confirm communication with the loop controller. A red LED shall flash to display alarm status. The module shall be capable of storing up to 24 diagnostic codes, which can be retrieved for troubleshooting assistance. Input and output circuit wiring shall be supervised for open and ground faults. Control Relay Module: The Control Relay Module shall provide one form “C” dry relay contact rated at 2 amps @ 24 Vdc to control external appliances or equipment shutdown. The control relay shall be rated for pilot duty and releasing systems. The position of the relay contact shall be confirmed by the system firmware. Isolator Module: Provide intelligent fault isolators modules. The Isolator Module shall be capable of isolating and removing a fault from a class A data circuit while allowing the remaining data loop to continue operating. Monitor Module: The Monitor Module shall be factory set to support one (1) supervised Class B Normally-Open Active Non-Latching Monitor circuit. The input module shall support the following circuit types:

Normally-Open Alarm Latching (Manual Stations, Heat Detectors, etc.)

Normally-Open Alarm Delayed Latching (Waterflow Switches)

Normally-Open Active Non-Latching (Monitor, Fans, Dampers, Doors, etc.)

Normally-Open Active Latching (Supervisory, Tamper Switches) Sequence of Operations General – Audio Upon alarm activation of any area smoke detector, heat detector, manual pull station, sprinkler water flow, the following functions shall automatically occur: The internal audible device shall sound at the control panel or command Centre. Display the alarm event on the graphical workstation. The LCD Display shall indicate all applicable information associated with the alarm condition including: zone, device type, device location and time/date. All system activity/events shall be documented on the system printer .Any remote or local annunciator LCD/LED’s associated with the alarm zone shall be illuminated. The following audio messages and actions shall occur simultaneously: An evacuation message shall be sounded on fire floors (zones) immediately above and below (adjacent to) the fire floor (zone), on the floor in fire condition. It is the intent of this message to advise occupants hearing this message that they are near danger and should leave the building via the stairs (nearest exit) immediately. Activate visual strobes on the fire floors (zones) immediately above and below (adjacent to) the fire floor (zone). The visual strobe shall continue to flash until the system has been reset. The visual strobe shall not stop operating when the “Alarm Silence” is pressed. An alert message shall be sounded on the remainder of building. It is the intent of this message to advise occupants to prepare for evacuation if necessary. An instructional message shall be sounded in the stairwells instructing occupants to move carefully and quickly down the stairs to exit the building and to exit to a safe floor if you encounter smoke in the stairwell.

Page 157: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 157 of 265

An instructional message shall be sounded in the elevator cabs. It is the intent of this message to advise elevator occupants that an emergency exists, the elevator has been directed to the ground floor, and that occupants should quickly exit the building. An instructional message shall be sounded in the lobby. It is the intent of this message to advise lobby occupants to leave the lobby and clear the area for arriving firefighters. An instructional message shall be sounded in the concourses connected to the building’s lobby. It is the intent of this message to prevent new entries into the lobby by advising occupants not to attempt to enter the lobby of the affected building. Provide selective paging to each individual floor (zone). In addition to the message/channels detailed above, a dedicated page channel shall be capable of simultaneously providing live voice instructions without interrupting any of the messages listed above shall be provided. Transmit signal to the building automation system. Transmit signal to the central station with point identification. Activate automatic smoke control sequences. All automatic events programmed to the alarm point shall be executed and the associated outputs activated. All stairwell/exit doors shall unlock throughout the building. All self-closing fire/smoke doors held open shall be released. Aspiration Detection System System Description Design Requirements

1. Shall consist of a highly sensitive LASER-based smoke detector, aspirator, and filter. 2. It shall have a display featuring LEDs and a Reset/Isolate button. The system shall be configured by a Programmer that is either portable or PC based.The system shall allow programming of:

up to three smoke threshold alarm levels

time delays;

faults in airflow, detector, power and filter as well as an indication of the urgency of the fault;

Three relay outputs for remote indication of alarm and fault. 3. It shall consist of an air sampling pipe network to transport air to the detection system, supported by calculations from a computer-based design icroproc tool. 4. Optional equipment may include intelligent remote displays and/or a high level interface with the building fire alarm system, or a dedicated VESDA System Management. 5. Performance Requirements

Shall be tested and approved to cover up to 250 sq. m.

Shall be approved to provide very early smoke detection and provide up to three output levels corresponding to Alert (optional), Pre-Alarm and Fire. These levels shall be programmable and able to be set at sensitivities ranging from 0.005 – 20% obs/m.

Shall report any fault on the unit using the fault relay or via VSM.

Shall be self-monitoring for filter contamination.

Shall incorporate a flow sensor in the pipe inlet port and provide staged airflow faults. Detector Assembly

1. The Detector, Filter, Aspirator and Relay Outputs shall be housed in an enclosure and shall be arranged in such a way that air is drawn from the fire risk and a sample passed through the Dual Stage Filter and Detector by the Aspirator.

2. The Detector shall be LASER-based type and shall have an obscuration sensitivity range of 0.005 – 20% obs/m.

3. The Detector shall have up to three independent field programmable smoke alarm thresholds across its sensitivity range with adjustable time delays for each threshold between 0-60 seconds.

4. The Detector shall also incorporate the facility to transmit a fault either via VESDAnet or relay.

Page 158: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 158 of 265

5. The detector shall have a single pipe inlet which must contain a flow sensor. Both Minor and Urgent flow faults for both high and low shall be reported.

6. The filter must be a two-stage disposable filter cartridge. The first stage shall be capable of filtering particles in excess of 20 microns from the air sample. The second stage shall be ultra- fine, removing more than 99% of contaminant particles of 0.3microns or larger, to provide a clean air barrier around the detector’s optics to prevent contamination and increase service life.

7. The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of supporting a single pipe run of 50m, or two or three pipe runs, with a transport time of less than 60 seconds or as appropriate codes dictate.

8. The Assembly must contain relays for alarm and fault conditions. The relays shall be software programmable (latching or non-latching). The relays must be rated at 2 AMP at 30 VDC. Remote relays shall be offered as an option and either configured to replicate those on the detector or programmed differently.

9. The assembly shall have built-in event and smoke logging. It shall store smoke levels, alarm conditions, operator actions and faults. The date and time of each even shall be recorded. Each detector (zone) shall be capable of storing up to 12,000 events.

Displays

1. The detector will be provided with LED indicators only. 2. Each Detector shall provide the following features at a minimum:

Independent high intensity alarm indicators for Pre-Alarm and Fire (Alert indicated by the Pre-Alarm LED flashing) corresponding to the alarm thresholds of the detector.

Fault indicator.

OK indicator.

Isolate indicator. Device Networking Requirements

The devices in the smoke detection system shall be capable of communicating with each other via twisted pair RS485 cable. The network shall be able to support up to 250 devices (detectors, displays and programmers), of which at least 100 detectors can be supported.

The unit shall be capable of being configured in a fault tolerant loop for both short circuit and open circuit.

PC based configuration tools shall be available to configure and manage the network of detectors.

Digital Communication Port: Should comply to EIA RS485 Protocol. Application

1. Detection Alarm Levels The laser based aspirating detection system shall have up to three (3) independently programmable alarm thresholds. The three alarm levels may be used as follows:

Alarm Level 1 (Alert): Activate a visual and audible alarm in the fire risk area.

Alarm Level 2 (Pre-Alarm): Activate the electrical/electronic equipment shutdown relay and activate visual and audible alarms in the Security Office or other appropriate location.

Alarm Level 3 (Fire): Activate an alarm condition in the Fire Alarm Control Panel to call the Fire Brigade and activate all warning systems. NOTE: The alarm level functions as listed are possible scenarios. Consideration should be given to the best utilization of these facilities for each application and the requirements of local authorities.

2. Initial Detection Alarm Settings Initial settings for the alarm levels shall be determined by the requirements of the fire zone. Default settings of the unit shall be:

Page 159: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 159 of 265

Alarm Level 1 (Alert) not configured (0.08% Obs/m if configured)

Alarm Level 2 (Pre-Alarm) 0.14% Obs/m

Alarm Level 3 (Fire) 0.2% Obs/m 3. Alarm Delay Thresholds Alarm delay threshold shall be programmable for the following:

Alarm Level 1 (Alert)

Alarm Level 2 (Pre-Alarm)

Alarm Level 3 (Fire) 4. Fault Alarms The Detector Fault relay shall be connected to the appropriate alarm zone on the Fire Alarm Control Panel in such a way that a Detector Fault would register a fault condition on the FACP. The fault relay shall also be connected to the appropriate control system. (Check local Codes, Standards or Regulations to determine whether compliance with this set-up is required).

5. Power Supply and Batteries The system shall be powered from a regulated supply of nominally 24V DC. The battery charger and battery shall comply with the relevant Codes, Standards or Regulations. Typically 24 hours standby battery backup is required followed by 30 minutes in an alarm condition. Local Power Supply Standards that may apply: ASNZ 1603 Part 4 –1987 UL 1481 listed (provided the power supply and standby batteries have been appropriately sized/rated to accommodate the system’s power requirements). US Telecommunication Central Office Power Supply: The system shall operate on negative 48 VDC (provided continuously from the telephone central office power source) converted to 24VDC. Sampling Pipe Design Sampling Pipe

The sampling pipe shall be smooth bore with an internal diameter between 15-25mm. Normally, pipe with an outside diameter of 25mm and internal diameter of 21mm should be used.

The pipe material should be suitable for the environment in which it is installed, or should be the material as required by the specifying body.

All joints in the sampling pipe must be air tight and made by using solvent cement, except at entry to the detector.

The pipe shall be identified as Aspirating Smoke Detector Pipe (or similar wording) along its entire length at regular intervals not exceeding the manufacturer’s recommendation or that of local codes and standards.

All pipes should be supported at not less than 1.5m Centres, or that of the local codes or standards.

The far end of each trunk or branch pipe shall be fitted with an end cap and drilled with a hole appropriately sized to achieve the performance as specified and as calculated by the system design.

Sampling Holes Sampling holes of 2mm, or otherwise appropriately sized holes (see Section 3.05), shall not be separated by more than the maximum distance allowable for conventional point detectors as specified in the local code or standard. Intervals may vary according to calculations. For AS1670 the maximum allowable distance is 10m. For BFPSA the maximum allowable distance is 10m For NFPA the maximum allowable distance is 30 ft. Each sampling point shall be identified in accordance with Codes or Standards. Consideration shall be given to the manufacturer’s recommendations and standards in relation to the number of Sampling Points and the distance of the Sampling Points from the ceiling or roof structure and forced ventilation systems.

Page 160: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 160 of 265

Fire Suppression Systems General The bidder shall supply, install, test and put in operation NOVEC 1230 (Fluro Ketone FK-5-1-12) based fire suppression system. The fire suppression system shall include and not be limited to gas release control panel, CCOE approved seamless cylinders, discharge valve (with solenoid or pneumatic actuator) as the case may be, discharge pipe, check valve and all other accessories required to make a complete operation system meeting applicable requirements of NFPA 2001 standards and installed in compliance with all applicable requirements of the local codes and standards. The system shall be listed / approved by UL. All components of the system shall be UL approved. The system design should be based on the specifications contained herein, NFPA 2001 and in accordance with the requirements specified in the design manual of the agent. The system shall be properly filled and supplied by an approved OEM. The system shall be properly filled and supplied by an approved OEM (Original Equipment Manufacturer) Generally the key components* of the system shall be FM/UL listed. The NOVEC 1230 gas shall: Comply with NFPA 2001 standard

(i) Have the approval from US EPA (Environmental Protection Agency) for use as a total flooding fire extinguishing for the protection of occupied space:

(ii) Be given Underwriters’ Laboratories Inc. (UL, USA) component listing for the NOVEC 1230 gaseous agent.

(iii) Must have zero ozone depletion potential (ODP) (iv) Have a minimal life span in atmosphere, with atmospheric life time of less than 5 days (v) be efficient, effective and does not require excessive space and high pressure for storage; (vi) commercially available *Key components are valves and its accessories, actuators, flexible discharge and connection hoses, check valves, pressure switch, and nozzles The gas release panel to be available in redundant and be capable for integration to FAS Design Condition The NOVEC 1230 agent is stored in seamless steel cylinders and dry nitrogen is added to provide additional energy to give the required rapid discharge. At the normal operating pressure of 25 bar at 21°C, the agent is a liquid in the container. - The designer shall consider simultaneous total flooding of all voids within the protected volume. The system shall be designed in accordance with the OEM’s Design Manual. - In order to extinguish a fire using clean agent, the concentration of agent delivered to each void shall be above the minimum design concentration. The following shall be considered while designing the system. - The minimum design concentration shall be 4.7% (NFPA Class C). - If the protected volume has a floor and / or ceiling void the spaces shall be included in the protected volume, employing a minimum design concentration not below that of the main room compartment. - The discharge nozzles shall be located within the protected volume in compliance to limitations and with regard to spacing, floor and ceiling coverage, etc. The nozzles shall be positioned such that they would cover the entire area up to the extreme corners of the area under protection and the design concentration will be established in all parts of the protected volumes. - The final numbers of discharge nozzles shall be according to the OEM’s product manual. - The average pressure at each nozzle shall not be less than 6.034 Bar. - The gas flow calculations shall be carried out on special software given by the OEM. The software should support usage of seamless cylinders which have a different design compared to the standard containers used worldwide. The system acceptance report shall show the resulting concentration in each independent void to be above 4.7% and the average pressure at each nozzle to be not less than 6.034 Bar - The agent discharge time shall not exceed 10 seconds and not less than 5 seconds.

Page 161: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 161 of 265

- - The design concentration shall follow at minimum NFPA 2001 for under floor, room and ceiling space. Unless otherwise approved, room temperature for air-conditioned space shall be taken around 20°C. For non-air conditioned space, the temperature shall be taken around ambient temperature. The system shall be designed with minimum design concentration of 4.7 % as applicable to Class C fire. The system engineering company should carry out the piping Isometric design and validate the same with a hydraulic flow calculation generated by using the agent’s design software. Appropriate fill density to be arrived at based on the same. The system shall be so designed that a fire condition in any one protected area shall actuate automatically the total flooding of clean agent in that area independently. The entire system shall incorporate inter-alia detection, audible and visual alarms, actuation and extinguishing. System Design

a) Cylinders

The clean agent shall be stored in cylinders designed to hold the agent at ambient temperature. UL listed Seamless PESO approved Cylinders shall be charged to a fill density as specified in the manufacturer’s listed manual.

The cylinders shall be designed to meet the requirement of US Department of Transportation or other authorities, as specified in NFPA 2001.

Cylinder shall be mounted according to manufacturer recommendations.

Each agent cylinder shall have a permanent nameplate indicating the agent, pressurization level of the container and nominal agent volume.

Initial fill & subsequent filling of Seamless cylinders shall be done at UL & PESO approved filling station.

b) Cylinder Valve

The Valve assembly shall be mounted directly on the cylinder and should NOT have any adaptor provision between the cylinder and Valve as per requirements of PESO. Cylinders with Adaptor between Valve assemblies shall be rejected as it is a violation of the PESO norms.

Each cylinder valve shall have a provision for fixing a supervisory pressure switch and a safety burst disc to protect the cylinder from over pressure. The cylinder valve shall have a disabling plug to prevent accidental discharge of the valve during transportation and installation. Each valve is to be fitted with a pressure gauge for monitoring loss of pressure.

The master cylinder valve is to be released electrically which is performed by means of a solenoid valve arrangement. Pilot cylinder actuation and pyrotechnic devices shall not be used.

c) Cylinder valve Actuators In a single cylinder system the cylinder shall have a solenoid operated actuator and a manual actuator incorporating a strike knob mounted on top of the solenoid operated actuator. Multi cylinder systems shall have the same fitted on to the master cylinder and pressure operated actuators fitted on each slave cylinder. All actuators shall be original OEM make and locally manufactured actuators shall not be used. d) Hoses Each cylinder valve shall be provided with a plug in type flexible rubber discharge hose of minimum 40mm size with a test pressure of 52 Bar. Each hose shall be permanently marked with the test pressure and OEM’s part number. Multi cylinder systems shall have an interconnect hose for each cylinder. All hoses shall be original OEM make and locally manufactured hoses shall not be used. e) Manifold with Check valve The manifold shall be fabricated from ASTM A106 Schedule 80 seamless pipe and shall have integral check valves provided for each cylinder. The Manifold shall preferably be supplied by the original equipment manufacturer instead of fabricating the same at site.

Page 162: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 162 of 265

RE-FILLING AND MAINTENANCE In case of any leakage or accidental discharge of the agent, it should be possible to re-fill the cylinders from a valid PESO approved OEM filling station in India itself. The contractor should indicate the source of re-filling and the time that will be taken for re-filling and replacement. PIPING AND FITTINGS

The thickness of the piping shall be calculated in accordance with ASME B31.1 the internal pressure used for this calculation shall be as mentioned in NFPA 2001.

Each pipe sections shall be cleaned internally after preparation and before assembly by means of swabbing, utilizing a non-flammable cleaner. The pipe network shall be clean from particulate matter and oil residue before installation of nozzles or discharge devices.

Fittings shall have a minimum rated working pressure equal to or greater that the minimum design working pressure as specified in NFPA 2001. The minimum acceptable ratings of the fittings shall be Class 300 lb threaded/ weld Forged Steel

The NOVEC is required for the DC, Network & Telecom rooms RODENT REPELLANT SYSTEM

1.0 GENERAL OBJECTIVE The objective is to protect the entire premises viz., all the voids against rodents. The purpose is to keep the rodents away from the floor by generating very high frequency sound waves (above 20 KHz) which are not audible to human ear but irritates rodents. The objective is to protect all the cables below floor, above ceiling & room void from damage caused by rodents

2.0 SCOPE The system proposed is to protect all the equipment’s, areas with relevant type of high frequency sound producing device called satellites or transducers. Once powered up these transducers produce very high frequency variable sound waves (above 20 KHz) continuously which irritate the rodents and are forced to evacuate the place. The system shall cover minimum of 2500 sq.ft. area per controller & shall be able to connect minimum 20 transducers per controller. The transducers shall cover minimum 250 sq.ft. of area. The devices can be tested periodically by means of a test switch provided on the Main console.

3.0 APPLICABLE STANDARD The OEM shall have an IDEMI and CFTRI certification for its products.

4.0 SYSTEM COMPONENTS 4.1 SATELLITES: The satellites or Transducers shall be circular ceiling mounted low profile units that produce high decibel sound waves at very high frequency not less than 20 KHz. These satellites shall cover an area not less than 400 Sq.ft for Room void application, for ceiling Voids & floor void applications. No looping is permitted while connecting the satellites to the main controller. Every satellite connected to the controller shall have a dedicated connection with the controller.

4.2 CONTROLLER The controller shall support 12 Transducers and shall come with a pair of stands and brackets. The controller is installed in the control / BMS room and the transducers in the problematic areas i.e. above and below false ceiling and below false flooring. Controller Features:

2500 Sq. Feet of Area Coverage per system/ Controller.

Shall drive up to 12 Transducers. With minimum @ 250sft coverage each.

LCD display with on-board controls for changing parameters

Page 163: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 163 of 265

WATER LEAK DETECTION SYSTEM General This section of the specification covers the design, supply, installation, testing, commissioning and thereafter maintaining of the Liquid Leakage Detection System during the twelve (12) months defect liability period. The Liquid Leakage Detection System shall be installed at the various rooms as per specified in the tender drawing as well as in the piping drip pans. The system components shall be designed to be installed according to pre-test limitations as approved or listed by a recognised testing laboratory. Installer must be approved by vendor for installation services at site.

All devices shall be designed for service encountered and shall not be readily rendered in-operative or susceptible to accidental operation. They shall be located, installed or suitably protected against mechanical, chemical or other damage, - which may render them in-operative. All devices for activating supplementary equipment shall be considered as integral parts of the system and shall function with system operation. The complete system shall include an electronic System control panel, multiple control modules , distance type sensing cable and all required auxiliary accessories (such as hold down clip & Tag/Label for the sensing cable), as indicated on the design drawings. This system shall detect and locate multiple leaks simultaneously as well as cable break & power failure and activate the control panel alarm relays. The sensing cables shall be of such construction that no metallic parts shall be exposed to the environment. The system shall be provided with the flexibility of custom “cut-to-length” sensing cable to meet the exact length requirement at each area of protection and with pre-connectors sensing cable components. The system shall comply with CE, ESD (IEC 61000-4-5) and EMC (IEC61000-6-3 & IEC61000-6-1). Liquid Leakage Detection System (completed with galvanised sheet metal tray) shall be provided for all CRAUs and all horizontal water pipes located under the raised floors as well as above computer areas. The metal tray supplied by CRAU vendor supporting the pipe shall be 0.6 mm (thick) with a depth of 50 mm and its width shall be slightly wider than the diameter of water pipes. The metal tray supporting the CRAUs shall be 0.6 mm (thick) with a depth of 50 mm and its length and width shall be slightly wider than the dimension of the CRAUs. Drip trays shall be provided for chilled water, domestic water and condensate drain pipes within the data centre. PUBLIC ADDRESS SYSTEM

Making public announcement from the Security Control Room and Facility Manager‘s room. Clear and crisp announcement should reach to the entire Facility area. Microphones should be provided to make announcements / respond to announcement from the designated location within the Facility.

Microphone - Frequency Response should be 50 -1500 Hz. - Sensitivity should be minimum of 2.2mV/Pa. - 500 Ohm Impedance should be present.

Amplifier

- Power output should be 90W Max., 65W RMS at 10% THD - Output regulation should be less than 2 dB, no load to full load at 1kHz - Input channels should be 4 × Mic 0.65mV/4.7k Ohm , 1 × Aux 100mV/470 k Omn

Page 164: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 164 of 265

- 50-15,000Hz ±3dB frequency response - Signal to Noise Ratio of minimum 60dB - Tone Controls should have bass of10dB at 100Hz & treble of 10dB at 10kHz - Outputs should be preamp 200mV/600 - Power supply for operation is DC: 12V (12V Car Battery),AC: 220-240V

Speakers

- Input Power required is 16W RMS / 24W Max. - Rated voltage should be 100V - Low Impedance must be 8 ohm - Frequency response should range between 85-20,000Hz. - Speaker must have a woofer & tweeter.

1.0 System Performance System Control Supervise Panel, Touch Panel – 12 Inch and Module The System Control Panel shall have the ability to supervise and control up to 100 Modules and capable of monitoring up to a accumulated length of 19,200m (63,000 feet) of sensing cable and accumulated length of 1,000m (3,280 feet) for communication cable. These cables lengths shall not include the jumper cable. The System Control Panel shall have a LCD display (4 lines X 20 characters) with backlight and a 90dB max. buzzer with silencing button. It shall also have LEDs indicating “POWER” (green), “LEAK” (red) and “TROUBLE” (red). (ie: “TROUBLE” means either cable break or power failure). The System shall sound an audible alarm upon detecting a “LEAK” and/or “TROUBLE”. If there is a cable break at any point along the sensing cable, the sensing cable length still in connection to the control units shall continue to function and detect leak (if any). This Fail-Safe Loop Back feature (Class A wiring) shall be incorporated as necessity to enhance the system capability. Once the alarm condition has been cleared, the System shall be capable to reset itself automatically. The entire system must have the ability to be supervised by a Touch Panel with at least 12 Inch display. This touch panel is able to pin-point leak location (i.e. highlight as a single point of leak location) exactly with the precision of +/-1m and display the zone map/floor plan accordingly. The Modules used at each site/zone shall be capable of adjusting the leak sensitivity level at site. For a liquid puddle size of about 20mm to 200mm shall be adjustable. Centralized and Distributed Monitoring System The System shall be capable of configuring into a Centralized and/or Distributed Monitoring system. Centralized Monitoring System means: the System Control panel together with the Modules are housed in a custom enclosure panel at one location. This configuration shall provide ease of monitoring and installation of the battery back-up units and power supply source. Distributed Monitoring System means: the System Control Panel is housed separately with the Modules. The Modules are mounted on each individual zone area (localized) as defined by client. This configuration shall provide a more reliable management of the system remotely and its independence power supply source.

2.0 Leak Sensitivity Adjustment The individual Module used at each site/zone shall be capable of adjusting the leak sensitivity level at site. For a liquid puddle size of about 20mm to 200mm shall be adjustable. Selective Site/Zone Alerting Capability

Page 165: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 165 of 265

The individual Module at each monitoring site/zone shall have the capability to provide one separate dry contact relay output for selective remote site/zone faults alerting. Besides alerting via the System Control Panel, this feature shall be provided as an option to alert specific users or clients responsible for that particular site/zone and/or to activate localized solenoid valve which maybe use to control pressure water pipe. Event Log Recording The System Control Panel shall include an event log of up to 896 time and date stamped events stored on non-volatile memory and on a FIFO basis. Power The System shall be powered by 230 +/- 15% VAC, 50/60 Hz single phase. It shall be provided with the option to be powered by 12VDC source. Communication interface The System Control Panel output shall have two separate dry contacts which is for liquid leakage and for cable break/power failure. The dry contact relays output shall have a voltage free contact (N.O./N.C.) for external interfacing. In addition, the System Control Panel shall be provided as an option for 4-20mA analogue signal or high level RS-485 (MODBUS) or TCP/IP (MODBUS) serial communication interface with the Building Management System (BMS). Security The System Control Panel shall need a password to access to the system menu and data. Failed-Safe Loop Back (Class A Wiring or Token Ring). The entire system must be able to connect as a Failed Safe Loop Back configuration. Thus, during any cable break point (especially at start point of sensor), the system is still able to perform and activate an alarm for liquid leakage. Custom Sensing cable length to meet exact length requirement for each site The sensing cable must be cut to the exact length to meet each zone or location requirement. No extra sensing cable length is allowed to be coiled up at the end of each zone or location.

2. Products 2.1. Sensing Cable

2.1.1. Construction The liquid sensing cable shall detect the presence of water and other conductive liquids. The cable shall consist of four wires: two black wires serve as liquid sensors and two other wires serve as continuity links. All four wires shall be helically winded around a central core (function as carrier) and away from the surface area of this core (to protect the four wires physically). The cable shall be made of material which is non-flame propagating and self-extinguishing. UL910 or NFPA262 standard of cable shall be supplied for environment to meet the fire standard or strong acid (such as highly concentrated sulphuric acid).

2.1.2. Cleaning If required, cleaning the cable without removing it shall be possible using a slightly damp cloth.

2.1.3. Drying The cable shall be dried and reset at the control unit within 15 seconds upon complete removal of leaked liquid. No air-dryer shall be required to dry the cable.

2.2. Accessories Complete system accessories such as the connectors, Jumper cable, hold-down clip & Tag/Label shall be provided by the system manufacturer.

Page 166: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 166 of 265

2.3. Installation The system shall be installed by qualified contractors, with the procedure recommended by the manufacturer.

General

The Tenderer shall be responsible to supply, deliver, install, test, commission and maintain of a proven technology and industry standard solution for a water detection system in the Data Centre.

The complete system shall include electronic alarm panel, sensing cable, 4x20 alphanumeric display, and auxiliary equipment, as indicated on the design drawings.

The system shall simultaneously detect the presence of water at any point along the cable’s length and switch the module’s leak alarm relays.

The sensing cable shall be of such construction by using Non-conductive polymers in the leak detection cable’s construction. The Sensing Cable shall be an abrasion resistant polymer cores to increases the strength of the cable. Pressure on the sensing cable shall not create a false alarm.

The Digital Sensor Cable shall be provided with pre-connectorised sensing cable components. Alarm Panel

The alarm panel shall be capable of monitoring up to (30 meters) of sensing cable.

The alarm Panel shall have LEDs indicating “power” (green), “alarm” (red), and “continuity” (yellow). The system shall sound an audible alarm upon sensing a leak. The unit can then continue to monitor and will re-alarm if there are any major changes. Once the alarm condition has been cleared, the panel is reset with a single keystroke. The Panel shall have 4x20 alpha numeric display with adjustable contrast.

Basic Features of the alarm panel a) In addition to detecting leaks, the system shall warn of fault conditions and indicates when service

is required. b) An event history log allows leaks (and other events) to be tracked. c) Both the events history log and any user settings are held in non –volatile memory. Event log shall

stores 50 date and time stamped alarm.

The alarm module will be powered by 230 VAC. The panel shall have a pair of contacts open on an alarm, and a pair of contacts close on an alarm. These contacts shall be used to actuate other alarms and shall be capable of switching 10 amps at 250 VAC.

In additions, the panel shall be provided with RS-485 series port for connection to building management system & shall have slave Modbus RTU protocol

The module enclosure shall be NEMA 1, constructed of 18- gauge steel with Siemens gray color Powder Coated. The enclosure shall be capable of either semi flush of surface mounting.

Sensing Cable

The water sensing cable shall detect the presence of water and other conductive fluids. The sensing technology shall be very low current AC signal and not DC signal to avoid corrosion when subject to wetness for long period.

Accessories A Complete system accessories (leader cable, end terminations, etc.) shall be provided by the system manufacturer. Specifications for Conferencing System for conference Room Supply/Installation/Testing & Commissioning of PA system including all Wiring, connection etc as per following specs: Delegate unit

Frequency response – 200 Hz to 12.5 kHz, Headphones load impedance- > 32 ohms < 1k ohm, Loudspeaker nominal output – 72 dB SPL. Height with microphone in horizontal position – 130 mm ,Length of microphone from, mounting surface, Mounting - Tabletop (fixed including required

Page 167: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 167 of 265

interconnect wires.

Chairman unit

Frequency response – 200 Hz to 12.5 kHz, Headphones load impedance- > 32 ohms < 1k ohm, Loudspeaker nominal output - 72 dB SPL, Height with microphone in horizontal position - 130 mm ,Length of microphone from, mounting surface-310 mm, Mounting - Tabletop (fixed), control unit

Mains voltage 100 to 240 VAC ± 10%, Current consumption Maximum 0.6 A (100 VAC) to 0.2 A (240 VAC), DC supply to Discussion Devices 24 V ± 1 V (current limited), Number of Discussion Devices, per Control Unit – Max. 40 devices per trunk, connector Discussion Device loudspeakers volume control – 15 steps of 1.5 dB (starting from -10.5 dB), Limit threshold level to unit 12 dB above nominal level Gain reduction due to number of open microphones (NOM) 1/SQRT (NOM) Sample rate 44.1 kHz Nominal input (85 dB SPL) < 0.5%, Max. input (110 dB SPL) < 0.5% XLR nominal microphone input -56 dBV, XLR maximum microphone input -26 dBV, RCA nominal input -24 dBV (+/- 6 dB), RCA maximum input +6 dBV3 | CCS 1000 D Control Unit

Amplifier system :- PLE-1ME060-IN 200 VA,PLE-1ME120-IN 400 VA, PLE-1ME240-IN 760 VA, Frequency response (Line) 60 Hz to 18 kHz (+1/-3 dB @ -10 dB ref. rated output), Frequency response (Mic.) 80 Hz to 18 kHz (+1/-3 dB @ -10 dB ref. rated output), Distortion <1% @ rated output power, 1 kHz, Bass Control Max. ± 8 dB, Treble Control Max. ± 8 dB, Input 1 (push-to-talk contact with priority) – 5-pin Euro style, balanced, phantom, Input 2 pin Euro style, balanced, phantom, Input 3 and 4 TRS Jack (1/4, 6.3mm) balanced, Sensitivity 1 mV (mic.); 300 mV (line), Impedance >1 kohm (mic.); >5 kohm (line)Dynamic range 93 dB, >60 dB (mic.); >65 dB (line), >75 dB CMRR (mic.) >40 dB (50 Hz to 20 kHz) Headroom >25 dB, -3 dB @ 315 Hz, high-pass, 6 dB/oct Phantom power supply 9 V via 1.2 kohm (mic.) Connector Cinch, stereo converted to mono, Sensitivity 200 mV, Impedance 22 kohm, >70 dB >75 dB , Headroom >25 dB speaker

Wooden Box Cabinet Loudspeaker Amx Power – 9W, Rate Power (PHC) - 6 W (6-3, 1-5), Sound Pressure Level at rated Power/1w (at 1khz,1m) – 96db/90db, Effetive Fervency range (10db) – 200 – 15000 hz, Opening Angle (At 1khz/ 4 khz, - 6dd) in digrees – 150/70, Rated Voltege – 100v, Rated Impedance in ohms. LED Screens as per BoQ

RACK – TECHNICAL SPECIFICATIONS Rack Server Racks

600mm X 1000mm racks shall be used in the Data Centre for hosting the departmental IT department applications of State Government. All the racks should be mounted on the floor with castor wheels with brakes/ Plinth.

The racks should conform to EIA-310 Standard for Cabinets, Racks, Panels and Associated Equipment and accommodate industry standard 19‖ rack mount equipment.

All racks should be OEM racks with Adjustable mounting depth, Multi-operator component compatibility, Numbered U positions, Powder coat paint finish and Protective grounding provisions.

All racks should have dual power strips, and redundant cooling fan sets, mounting hardware 2 Packs, Blanking Panel.

All racks must be lockable on all sides with unique key for each rack

Racks should be compatible with floor-throw as well as top-throw data Centre cooling systems.

The racks must have steel (solid / grill / mesh) front / rear doors and side panels. Racks should NOT have glass doors / panels.

Page 168: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 168 of 265

Both the front and rear doors should be designed with quick release hinges allowing for quick and easy detachment without the use of tools.

Network Rack

800mm X 1000mm racks shall be used for mounting the server Rack. All the racks should be mounted on the floor with castor wheels with brakes/ Plinth.

The racks should conform to EIA-310 Standard for Cabinets, Racks, Panels and Associated Equipment and accommodate industry standard 19‖ rack mount equipment.

Rack should conform to DIN 41494 Standard

The frame should be made of heavy duty, heavy grade aluminium profiles designed to accept front and rear doors and side panels, which close within the frame itself.

• Doors & Side panel: - Front perforated door with hexagonal perforation with minimum 70% opening for better air

movement across the Rack - Side panels should have slam latches & indents for improved strengths & aesthetics - The rack front door to have locking system with 4 digit numeric lock with spy key for

enhanced security - 19‖ Angles in the Rack - The 19‖ angles should have ―U‖ marking for easy location of equipment in the designated

slots. - Rear 19‖ mounting angles to be supplied as split pairs to allow easy adjustments for

equipment of different depths • Cable management accessories:

- 2 Pairs of reducing cable channel on either side of the 19‖ angles for cable routing and support with provision for window molding for cable protection and maintain standards as per EIA/TIA-568-A for category 5.

- Horizontal cable managers with 1 U plastic loop flexible to accommodate maximum cables Note: Telecom Rack shall be provided by ISP service provider. Active Floor Grills with EC Fan General:

Cooling for high density racks shall be done by use of active floor grilles which will have EC fan.

Active floor grilles should be able to sense the return air temperature from racks & should be able to regulate the airflow accordingly.

The grilles should be able to handle a load of minimum 8 KW & Maximum upto 25 KW per rack. Technical Specifications:

Detailed Technical specifications of under floor EC Fans/ active tiles shall be as follows-

Size of active grill should be 600 mm x 600 mm.

Active Floor Grill should be able to bear a uniformly distributed load of minimum 2100 KG/ Sq M

A minimum air flow of 1600 CFM to a maximum air flow of 3000 CFM should be desired so that a cooling load of minimum 8 KW to maximum 25 KW is managed by active floor grill.

Function Status Indication.

Provision of two temperature sensors to be connected at the rear of the rack for controlling CFM as per the rack load.

Continuous reading & display of Fan speed, reading & Display of the temperature measured by the sensors.

Indication of fault & alarm situations.

Page 169: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 169 of 265

INTELLIGENT PDU – TECHNICAL SPECIFICATION Asset, Environmental & power information in a single application: The solution should be a combination of hardware (Active RFID tags, IPDUs, Wire free sensors) and central monitoring software having the capability to monitor individual rack in a data center in terms of in rack Power, environmental parameters i.e. temp-humidity& Real time Asset information. The solution should be wire free and should not include requirement of any additional network infrastructure i.e. network port, patch panel port and network cable. IPDU’s and wire free sensors:

Solution should be a combination of IPDU with wire free technology. Solution should provide power data from PDU wirelessly and eliminates the wired connection. PDU power information should contain following information:

Current (Amps) Voltage (Volts) Power (Watts) Apparent power (VA) Crest factor Power factor Accumulated Energy (Whr) Current

Solution should send all the IPDU information to the centralized management software Wire free Environmental sensors: Solution should be able to provide environmental parameters i.e. temperature & humidity. Optionally solution should be capable to giving additional environmental information like Air pressure, fluid detection. The solution should work as per ASHARE guidelines and should provide RCI (Rack cooling index and RTI (Return temperature index) to understand any type of recirculation or bypass air leakages in the data center. Detailed specification on hardware and software is mentioned below: Active RFID solution asset tracking and inventory management: Solution should be fully automated and should eliminate the high cost of manual tracking, while providing highly accurate, up to the minute, on demand information like What asset we have, where are they located and when they moved. Solution should provide location information with various levels of granularity. The solution should indicate in which zone a tag is located, with pinpointing of the exact room, data center, rack in which asset is located. IPDU Specifications:

S. No.

Specifications

1 Each server rack should have 2 IPDUs, both IPDU should be single phase, 32 Amp, 230 Volt, should be connected to the two different UPS sources A and B individually. Primary IPDU should have provision to extend the network access to secondary IPDU.

2 Each Network rack should have 2 IPDUs, both IPDU should be three phase, 32 Amp, 415 Volt, should be connected to the two different UPS sources A and B individually. Primary IPDU should have provision to extend the network access to secondary IPDU.

3 Three phase IPDU should have alternating phase power to each outlet for simplified load balancing, reduced cord length and better air flow.

4 The PDU should have the option to be connected to securely using a Smartphone device. The mobile app must only allow the user to view measured load for Power and not any admin level configuration related activity. The connectivity must use Bluetooth and no other protocol.

5 IPDU dimension should be according to 42U rack and must have flexible tool less button

Page 170: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 170 of 265

mounting option

6 Single phase IPDUs should support entry-level networking equipment and also should support blade environment and preferably should have 24 C13 and 6 C19 outlets.

7 3-phase IPDUs should support entry-level networking equipment and also should support blade environment and preferably should have 24 C13 and 12 C19 outlets.

8 The 90 degree rotatable input power cord allows for standardized deployment at any facility no matter where the power must be routed

9 Should have the Web-browser GUI and command-line-interface (CLI): HTTP/HTTPS, SSLv3/TLSv1, SSHv2, Telnet, SNMPv2c and v3 (GET, SET, Traps), Ipv4 and Ipv6, LDAPv3/LDAPS, TACACS+, RADIUS, FTP/SFTP

10 IPDUs should be able to monitor IPDU level Input current (A), voltage (V), power (kW), apparent power (VA), power consumption (W-hr), crest factor, Power Factor. The PDU should meet ANSI C12.1 for the billing grade accuracy of current with +/- 1% accuracy

11 The IPDU shall have auto-flip current display

12 The IPDU should have the capability to work on dedicated wire free network to eliminate requirement of network port and IP configurations in IPDU.

13 The wireless setup should not be interfering with the Data Centre network and wireless frequency should not be affecting the default working of data centre equipment. Preferably the wireless frequency should be different form 2.4 & 5 GHz

14 All the wire free IPDUs/Sensors should be able to be integrated into centralized monitoring and management software.

15 Standards

Shall have branch circuit protection complaint by UL489.

CE and RoHS compliant

UL 60950-1

16 IPDU shall have high temperature ratings and shall be operational in 0°C to 60 °C, 8%RH to 90%RH non-condensing

17 PDU outlet should support lockable IEC power cords

18 The solution to be provided for monitoring the storage racks and should be integrated back to the centralized monitoring and management software.

In Rack Environmental Monitoring:

S. No.

Specification

1 Wire-free temperature and humidity sensors with operating temperature up to 70°C

2 Total of 3 sensors per rack, three in front ( 2 temperature-humidity ) and one in rear( Temperature) as per ASHRAE guidelines and for calculating rack cooling index and for return temperature index

3 Wire-free temperature sensors at supply and return of each PAC units for Return Temperature Index calculation

4 All sensors should be able to report back to the centralized management and monitoring software

5 No cables , no external power source should be required for the sensors and must have small form factor

Real time locating system: 1 Solution should be fully automated for real time asset tracking and inventory management

2 Solution should be able to provide live monitoring of asset in terms of exact location i.e. rack level, data center level, room level Floor level and zone level

3 Solution should make use of active RFID tags and should not use external power source

4 Asset tag should be in smaller in size and should have variety form factors for mounting to different types of IT assets such as laptops, desktops, servers, switches and routers

Page 171: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 171 of 265

5 All the asset tag information should report back to centralized monitoring and management software

Centralized monitoring & management software:

1 The centralized monitoring solution should be compatible with windows or Linux operating systems along with capability to work on a virtual server environment.

2 The centralized monitoring solution should be capable of monitoring both power and environmental parameters along with real time tracking of the asset & inventory management

3 Solution should be able to provide 24/7 real time up to date information about power, environmental & real time location of the individual racks.

4 The centralized monitoring solution should have capability to provide real time as well historical trend for power and environmental data.

5 The centralized monitoring solution should be capable to provide RCI (Rack cooling index) and RTI (Return temperature Index) as per ASHARE guidelines.

6 The centralized monitoring solution should have the capability to set the threshold on power and environmental parameters

7 The centralized monitoring solution should be capable of sending customized email alerts in case of any threshold for power or environment parameters are violated.

8 The centralized monitoring solution should be easy and secure to access using standard browser over secure ports and port numbers should be customizable.

9 The centralized monitoring solution should be customizable to configure different type of alerts as and when required for both power and environmental parameter.

10 The centralized monitoring solution should be capable of sending alerts to designated email ids in case of any event.

11 The centralized monitoring solution should have the functionality of customizing the reports as per requirement and these reports should be emailed automatically at scheduled time to set of designated email ids. This will reduce the manual efforts in creating and sending the weekly or monthly reports to management.

12 The centralized monitoring solution should have the feature to integrate with LDAP for managing the access rights securely.

13 The centralized monitoring solution should have the capability to configure different dash boards for different users logging into software.

14 The centralized monitoring solution be able to provide role based access to users & groups

15 Centralized monitoring solution should send the alert notification when there is a change in asset location

16 Solution should allow to customize asset form for holding more information of the asset

17 Solution should provide centralized inventory on up to date information

18 The centralized monitoring solution should be capable to integrate with any 3rd party system for taking or providing the power or environment data.

The eligible makes for this solution are:

Server technologies

RFCode

Liebert

Geist PASSIVE CABLING – TECHNICAL SPECIFICATION

S. No. Clause Description (Specifications for LAN Cables)

Intelligent Patch Panel System

A. Patch Panel System Features:

1 System shall have single tier distributed architecture (single controller vs. cascading/multi-tier

Page 172: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 172 of 265

S. No. Clause Description (Specifications for LAN Cables)

controllers, single controller is capable to communicate to intelligent patch panels directly).

2 System shall require only three components for system design: intelligent patch panels, single system controller and software.

3 System shall provide full featured electronic work order capabilities that include:

3.a Guided MAC activities through the use of LED indicators at panel’s ports

3.b Audible feedback to a technician to ensure accuracy of performed MAC activities

3.c Color LCD Screen with a touch screen interface to Display status, complete Circuit trace, alarms and work order.

3.d Multiple Intelligent System Controllers shall be able to interconnect together using serial bus architecture such as “daisy chain”, with standard modular RJ45 patch cords.

3.e The Intelligent System Controller provides option for Dual power supply for Power redundancy.

3.f The Intelligent System Controller shall support Ipv6 communications

4 System shall be capable to support interconnect administration topology.

5 System support for interconnect topology shall be enabled without a need for special accessories to be installed on managed network equipment or a need to use special patch cords.

6 System shall enable full-featured remote administration capabilities either via a software client or a web client that include electronic work orders, database access, etc.

7 System shall be able to generate real-time security alerts upon:

7.a Insertion of a plug into intelligent panel port

7.b Removal of a plug from intelligent panel port

7.c Pressing of a trace button above panel port

7.d Unauthorized MAC activity in a telecom room

8 The Software shall be capable of importing, displaying and printing CAD drawings for accurate representation of building’s floor plans.

9 The Software shall have capability to auto discover the installed intelligent hardware (intelligent panels and control systems) in each rack/cabinet and to auto populate this information in its database.

10 The Software shall provide the capability to allow external Software systems (for example Aperture, Remedy HelpDesk, HP Service Manager, etc.) to interact with the AIM Solution.

11 Intelligent pre-terminated fiber shelves shall be available in high density configurations providing support up to 144 –duplex LC ports in 2U or less as well as in 4U configuration supporting up to 288 duplex LC ports or more.

12

The Solution must support field upgrade of intelligence-ready passive copper and fiber panels without removal of existing patch cords and without disruption of network services due to the high criticality of the Data Center. That is, all non-intelligent panels should be upgradable to intelligent panels without any patch cord disconnection or removal.

13 Shall comply to ISO/IEC 18598 Information technology – Automated infrastructure management (AIM) systems.

CAT 6A Specification

1 Jacket material should be Low Smoke Zero Halogen (LSZH)

2 Cable should be U/UTP only

3 CAT 6A should guarantee to support 10GBASE-T to 100 m.

4 Cable transmission standard should be ANSI/TIA-568-C.2

5

The on-line reference of datasheet/catalogue must be available on the SCS vendor public website showing, performance of CAT 6A cable for 100 mtr distance @ 500 MHz, Insertion Loss – 3%, Return Loss – 1.0 db, NEXT – Minimum 3 dB above the standards Part Codes of the components of the CAT 6A System Detailed application warranty supporting claim.

6 The cable should consist of Eight 23 AWG copper conductors.

7 The cable shall be round in construction with a maximum of 7.24 mm Outer diameter. The

Page 173: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 173 of 265

S. No. Clause Description (Specifications for LAN Cables)

information outlet shall have a Current Rating of 1.5 A.

8 The panel shall be available in 24-port and 48-port configurations. The panel must be capable of supporting an upgrade to an intelligent system without any interruption to service due to patch cord removal or terminal block re-termination.

Indoor/Outdoor OFC Cable Specification

All fiber components shall be pre-terminated MPO fiber cabling system. Each MPO connector shall have 12 factory terminated fibers. The following specifications are related to Single mode and Multimode Fiber. It shall consists of pre-terminated trunk cables and cassettes.

MFC

Indoor

1 Multimode fiber should be bend insensitive 50/125 micron OM4 Category, with indoor cable style

2 Multimode Cable should be tight covered and should be OFNR-LS and LSZH (as per IEC 60332-3 flame rating).

3 Optical Fiber should be comply with TIA-492-AAAD standard.

Outdoor

1 Multimode fiber should be bend insensitive 50/125 micron OM4 Category, which can support 10G to 550 meters on two connections.

2 Cable should be loose tube Single jacket armed cable.

3 Optical Fiber should be comply with ANSI/TIA-492-AAAD.

SMFC

1 SMF cable should be Tera speed OS2 single mode fiber

2 SMF cable should be single jacket/single armor, Gel-Free loose tube cable

3 SMF should be qualified ANSI/ICEA S-83-596 and Telcordia GR-409 standard. \ and Telcordia GR-409 standard. Cable should be RoHS 2011/65/EU compliant.

4 SMF should be qualified ANSI/ICEA S-83-596 and Telcordia GR-409 standard. The cable should be RoHS 2011/65/EU compliant.

5 The maximum attenuation of the fiber cable should not exceed 0.40 dB/Km @ 1310 nm, 0.40 dB/Km @ 1490 nm and 0.40 dB/Km @ 1550 nm.

6 The maximum vertical rise shall not exceed 166.0 meters (544.6 ft).

Notes:

All cables should be tested to confirm to the fiber and cable performance requirements of TIA 568, ISO 11801 2nd edition, Telcordia GR-409-CORE (indoor), Telcordia GR-20 (outdoor) and ICEA S-83-596 Standards. All cables have UL or ETL fire safety listings to either OFNR (UL-1666/CSA FT-4) or OFNP (NEPA-262/CSA FT-6), and are RoHS compliant (Restriction of Hazardous Substances Directive 2002/95/EC).

All passive item (copper+OFC+Intelligent) should have same OEM and have applicable OEM support warranty for next 25 years (Under site certification) for Copper and fiber and 5 years for software support and up gradation.

Structured cabling of OFC should be pre-terminated fiber solution

Structured cabling both for copper and fiber should be inter-connection intelligent cabling within data center.

Specifications of Cable management wire Basket solution

The Cable management wire Basket solution should be able to meet all challenges of carrying

Page 174: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 174 of 265

S. No. Clause Description (Specifications for LAN Cables)

the data communication cables meeting cabling standards TIA 568 C. The Cable management solution should support cabling for CAT 5E/CAT 6/CAT 6A/CAT 7/CAT 7A/ while ensuring bend radius requirements are met all along the lay of the cable. The system should be easy to install and easy to fit. The material of the wires should be Mild Stell with Zinc Blue Trivalent Plating duly welded.

Specifications of Fiber Cable management System: Fiber Trays/Runner/Guide

Fiber Management system is required to manage fibre cable/cable assemblies in Data Center. System components should be Flame retardant / resistant and shall not contain any PVC material. System components should be Flame retardant / resistant and it is absolutely that the materials of which the pathway is made of should not contain any PVC material. In case the material was to catch fire, then then no halogens (toxic gases) should be released in the air. For one the toxic gases will suffocate humans also the gases will damage the active equipment considerably. It should be possible to install and service various components without using tools and solution should be quick to install. All components should comply to UL94-V0 and RoHS. UL, CUL, CE Compliance. Installed System Deflection (as loaded beam) should be less than or equal to L/200. (L is the span between two supports). Colour of the system will be yellow.

1 Straight Sections with completely removable covers. Cover should be fully removable with 12mm height. Connector kits of various size should be available for Tool-less fixing.

2 System should also consist of:

2.a Horizontal Tee matching to various sizes with removable cover

2.b Cutting in Tee Adopters

2.c Horizontal Cross with removable cover

2.d Horizontal 90 Degree Elbow of different size with removable cover

2.e 45/90 Degree Elbow of various size with removable cover

2.f 45/90 Degree Down Elbow of various size with removable cover

2.g Various sizes of Adopter for joining different size of sections in Straight length, Tee and Cross configurations

2.h 90 Degree Movable Exit Module should be available with and without Corrugated pipe kit.

2.i Trumpet Spill-out Kit should be available for 120 mm.

3 In order to maintain integral look, all ends must be closed with End Caps.

4 Fixing of the Fibre Raceways should also be tool-less.

5 Components offered should allow alterations at site for extensions as needed.

DATA CENTRE INFRASTRUCTURE MANAGEMENT (DKIM) TOOL High level expectations from the Proposed DCIM System:

Expected: CORE Features & Functionalities Expected outcome

Simplified, Unified & Integrated view of End to End DC for monitoring and management perspective– Facility (power, building, cooling, environment, rack, safety ) including ( IT & Virtual infrastructure devices) directly/indirectly with their respective EMS/NMS/BMS as per our need basis

Ease of monitoring, quick problem isolation, significantly reduce MTTR & Increase overall DC availability

Energy Management Track & Measure energy usage pattern, prevent energy wastage, enable to effectively use energy (PUE/DciE)

Capacity Management: Space, Power, Cooling Optimize resource usage, better capacity planning and provides clarity for up-gradation or expansion

Page 175: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 175 of 265

decisions

Predictive Analysis/What If Analysis & Hypothetical Provisioning/Modelling

Smart way: Effective planning and decision making based on facts not on guesses

Inventory Management, design, visibility/visual Modelling & Tracking functionality

Reduce lot of manual & error prone effort – Enable to know any time, what all you have, where it is placed, OEM, Capacity and how these devices are connected to each other

Workflow & Process Management Fuel up day to day DC activity and keep track for future audits

Thermal Profiling/Heat Map Prevent DC down time & equipment malfunctioning/fire and also enable to reduce energy

Standard, Customized View, Reporting & Dashboard, widgets, graphs, maps, dynamic/animated images, etc.

Effective reports leads to better capacity planning, reduce data Centre operations cost and enable to improve overall performance and efficiency of the DC

Proposed DCIM solution should be in GARTNER MQ – Magic Quadrant for Data Centre Infrastructure Management

Proposed Data Centre Infrastructure Management solution should have following capabilities and features: A. Solution platform should be robust, scalable & flexible: The proposed DCIM solution should include all hardware, software, and accessories necessary to monitor and capture below mentioned scope:

Present DCIM solution requirement is for 80 racks DC but it should be easily scalable (horizontally & vertically) to manage our future requirement

The DCIM solution should be flexible to integrate with Multi-Vendor devices and support multi-protocol integration such as: SNMP (poll, trap), Modbus TCP-IP, BacNet-IP devices, and Modbus RTU/dry contacts (DI/PFC) devices that are connected to a PFC Controller/Modbus RTU-to-Modbus TCP-IP gateway or BacNet TCP-IP gateway

Proposed solution platform should be ready to integrate with third-party application using API (web service, soap/xml), db level integration (odbc, jdbc), snmp traps, CLI-API BacNet TCP-IP & Modbus TCP-IP.

An enterprise class DCIM platform that is designed to integrate & monitor all Facilities devices/equipment’s (power, building, cooling, environment, rack, safety) of the data Centre. The same platform should be also capable to monitor & manage – IT and virtual infrastructure devices directly or in-directly (by integrating with their respective NMS/EMS)

Solution can be software based or in the form of appliance or can be combination of hardware and software

All the features and functionalities or DCIM services mentioned in this tender scope should be expandable to manage future requirement as well and provide us a simplified and unified view of all the DCs on future need basis

Proposed solution should be flexible enough to integrate and scale up to manage our existing DC (present on first floor) and provide us unified monitoring view of both the DCs (IT & Non-IT infrastructure). This should be achieved through integration with existing NMS and BMS system and where ever required same should also get integrate directly with end devices

Using single window we should do capacity management, predicative analysis, consolidated and proactive event/alarm monitoring

Page 176: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 176 of 265

The proposed solution should allow the management of data Centres using a global, country, region, location, and floor plan hierarchy in a single instance

Proposed DCIM system for present requirement should be modular in licensing nature and provide us flexibility to purchase it according to our future need

B. Features & Functionalities: The DCIM solution should be capable to monitor Power, Cooling, Space, Environment, Safety, Racks, IT & Virtual infrastructure devices all under common monitoring framework and shall provide us simplified & unified view

Proposed DCIM solution should enable user to perform below CORE features: Capacity Management: Space, Power, Cooling (The solution provides a comparison of

capacity predictions using static modeled data and actual monitored data) Capacity dashboard (Space- total, used, available), (Power- total, used, available), (Cooling-

total, used, available) Energy Management (PUE & DciE): The DCIM solution offers a calculation engine to

determine data Centre load and efficiency. The solution can calculate out-of-the-box metrics including PUE, DciE and also allow users to create custom metrics to meet internal and external reporting needs.

The application should provide real time Power Usage Effectiveness (PUE) values. PUE should be measured at various level (raw feed to ups output, to individual rack level up-to individual socket/device level if infrastructure support)

PUE reports : Weekly, Monthly, Quarterly & Yearly PUE report on Kwh- basis) Instantaneous PUE dashboard (15 Mins refresh cycle and based on KW) Power Management – SLD, Impact Analysis Predictive Analysis/What If Analysis & Hypothetical Provisioning/Modelling to ease decision

making (such as: where is the best place to put new server, do my dc have sufficient power, cooling & space to occupy new equipment, etc.)

Inventory Management (make, model, weight, height, capacity, etc.) having drag & drop functionality to populate devices & design DC floor layout within the system as per physical layout/actuals.

Design, visibility/visual Modelling & Tracking functionality – drag and drop feature is required/importing of assets from excel/any other format in to DCIM tool and system should also provide DC layout in 3D view as devices are actually being laid out on DC floor.

The solution should provide 3-D visualization of the data Centre and assets. The proposed solution must offer intuitive, color-coded drawings in both plan and rack

elevation views which allows users to: - Determine equipment in and out of service - View criticality of equipment on color-coded floor plans - View Rack Unit space availability - View Rack Power availability - View Rack weight - View Raised Floor & Rack space utilization

The UI must be able to Search for a floor object, then use a zoom function to quickly to see its placement highlighted on the floor drawing.

Monitoring, Alerting & Notification (health, performance statistics, event, alarm, status monitoring of Racks, UPS, PAC/CRAC, Energy Meter, IPDU, FDS, RRD, FSS, VESDA & WLD systems)

The solution provides alert compression and advanced alerting algorithms including deviation from normal and time over threshold to help reduce false positive alarms.

Standard, Customized View, Reporting & Dashboard, widgets, graphs, maps, dynamic/animated images, etc.

Page 177: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 177 of 265

The DCIM shall enable vendor-neutral inventory management with real-time device monitoring and data should be shown within a data Centre physical layout. Graphical floor layout and rack elevation view shall also be supported

This enables user to visualize and perform placement of racks, IT equipment’s in racks and other floor-mounted assets. Capacity visualization should also be available.

The application shall provide Inventory management, Alarms within physical layout, Customizable view & Instant PUE reporting The application shall provide operators to gain control over the DataCentre environment by implementing organized moves, add and change work processes by providing standard workflow system that can develop and assign work orders The solution will provide provisions to recommend the best location for a server in the rack layout, utilizing available space, cooling, and power capacity to optimize capacity utilization The DCIM tool will provide current and historical Power Usage Effectiveness (PUE) values and full insight into current and historical energy efficiency

It will present how much power is devoted to driving the installed IT-equipment compared with the total facility consumption

The application should have a report generator that provides reporting capabilities with transparency into key performance indicators The system should monitor actual power drawn at rack level rather than nameplate values to obtain much better accuracy through rack PDUs. DCIM should provide an Energy Usage Report, which shows energy consumed within the data Centre by the kWh and cost per kWh, detailed to the rack level. Help to determine areas of high and low efficiency, spare and limited capacity, efficient and under-performing assets, consumption patterns, and waste. Decide where to place new racks by identifying where excess cooling and power are available, there by continuing to efficiently manage energy and service cost Identify problems and help reduce false alarms through intelligent alerting. Thermal profiling/Heat Map of entire DataCentre to identify hot, over cooled spots and should also monitor TH in Hot Isle & Cold Isle Containment. The solution should be able to take real-time temperature and humidity information and display this in a Visual 3D and 2D format. Space, power and cooling capacity management: End to End DC facility view to analyze data such as rack capacity, maximum rack space available, weight, and available space in racks/dc floor or network ports to improve capacity. DC design capability: Upload floor plan images and utilize drag-and-drop functionality to place equipment within the floor plan including detailed rack elevations with rack load, space utilization, relationship rules and inventory monitoring built in. DCIM should also provide monitoring capability of below given devices indirectly-through integrating with 3rd party controllers/applications (BMS)

(a) Temperature (b) Humidity (c) FDS (d) FSS additional VESDA (f) WLD (g) RRD (h) Access control system, (i) CCTV system, (j) DG

Page 178: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 178 of 265

IT monitoring capability – directly or indirectly: Basic level health monitoring (fault & performance) using WMI, SNMP, SSH, Agent, Trap, XML, CLI-API of all IT equipment’s such as [(server-platform, db, application), (switch, router, firewall, storage)] is required. KPIs for server: ICMP, Availability, CPU, Memory, Disk, Interface Throughput, for Switch: ICMP, Availability, VLAN Statistics, CPU & Memory & for Firewall: ICMP, Availability, No of connection, CPU, interface stats, Router- ICMP, Availability, Interface stats, CPU, Memory.

C. Reporting & Dashboard: Proposed platform should be flexible enough to provide required reports to meet our present requirement and system should also be ready to meet our near future requirement (customization requirement).

Reporting and Dashboard engine should allow us to customize various capacity, energy, power, etc. dashboard and reports as per our need basis

At minimum DCIM should provide these reports (hourly, daily, weekly, monthly, quarterly, yearly): Availability/Reachability Report, Total UPS load, Used UPS load, Total cooling capacity, Used cooling capacity, Total/Used/Available U-space (floor level & at rack level), Ambient and Inlet temperature, Energy Efficiency PUE/DciE trend, rack level power consumption report, Alarm reports, quick access to information such as current capacity, asset lists and exact device location, CPU, Memory & Bandwidth trend, etc.

D. Controller/Converter Specifications: Minimum Capability-

- Should be capable to monitor up to 20 temperature & humidity sensors, up to 16 intelligent devices (SNMP & RS485 ModBus enable)

- Built in webpage of its own for monitoring - Local storage of data up to 7 days - Should be capable of sending email notification directly, - Should be capable to share data with third party application over Modbus-IP or BacNet-IP or

SNMP polling & trap.

E. Temperature & Humidity sensor specifications: Temperature & Humidity Sensor (RS485, Modbus) – Minimum Capability –

a. Should have digital display, b. 2 RS485 communication port, c. Temperature measurement accuracy +3 or -3 degree, d. Humidity measurement accuracy +5 % or -5 %, e. Should have local alarm for identification.

F. Service Management – Ticketing System for IT & Non-IT Infrastructure: Generic:

- The proposed solution shall provide a web based service support system to automate incident, problem, change, knowledge management, interactive support.

- The proposed solution should have achieved Pink VERIFY 2011 certification on all 15 available ITIL processes (a documentary proof of the same should be provided at the time of bidding).

- The proposed solution shall support request management, problem management, configuration management and change order management.

- The proposed solution shall provide an identity management system that allows user/role management and integration with authentication systems such as LDAP/AD.

- The proposed solution shall provide ready content for foundation processes, procedures and work instructions for Request, Incident, Knowledge, Problem, Change and Configuration Management.

Page 179: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 179 of 265

- The proposed solution shall support multi-tenancy to enable different tenants (departments/customers) to use the same physical instance of the service desk.

- The proposed solution shall provide a distributed and scalable architecture that caters to growth in number of analysts, end-users and call volumes.

Incident/Problem Management:

- The proposed solution shall provide end-users the flexibility of logging, viewing, updating and closing service requests and incidents using a web-based interface.

- The proposed solution shall provide administrators (service desk analysts) the ability to use a fully-functional web-interface and should provide power-user tips for frequently used functions.

- The proposed helpdesk solution must have the ability to track work history of calls to facilitate troubleshooting.

- The proposed solution shall provide the facility to register incidents via e-mail. - The proposed solution shall provide appropriate standards based integration mechanisms (such

as CLI/Web-services) that allow infrastructure management solutions to automatically register incidents.

- The proposed solution shall provide classification to differentiate the incident via multiple levels/tiers of categorization, priority levels, severity levels and impact levels.

- The proposed solution shall provide the ability to associate each incident with multiple activity logs entries via manual update or automated updates from other security or infrastructure management tools.

- The proposed solution shall provide the flexibility of automated incident assignment based on metrics such as analyst workload, category and location.

- The proposed solution shall support definitions of escalation policies for multiple escalation levels and notification to different personnel via window GUI/console with no or minimum programming.

- The proposed solution shall provide the flexibility of associating the escalation policy with different criteria like device/asset/system, category of incident, priority level, organization and contact.

- The proposed solution shall provide status of registered calls to end-users over email and through web.

- The proposed solution shall support tracking of SLA (service level agreements) for call requests/Incidents within the service desk through service types (that define response/resolution time)

- The proposed solution shall provide Problem Management module for recording problems, workarounds and solutions. Must be able to relate and link problems to specific incidents.

- The proposed solution shall provide the ability to define SLAs for or based on Categories/Request Areas, CI’s, Organizations, Priority and Contacts.

- The proposed solution shall provide bi-directional integration with the proposed infrastructure management solution (ex: An event/alarm in the infrastructure management solution shall automatically create an incident in the service desk and the incident number shall be displayed against the alarm in the event console. If the alarm is cleared, the incident shall be closed automatically)

Knowledge Management:-

1. The proposed solution shall provide a web-based knowledge base that assists in finding, organizing, and publishing knowledge articles that aid in self-service & faster turn-around time.

2. The proposed solution shall allow analysts to create knowledge articles based on resolved incidents/problems and shall also allow end-users to submit knowledge for consideration (after appropriate approvals).

3. Knowledge Management should provide service desk personnel with speedy and accurate resolutions to their problems, either from a browser or directly from any Ticket screen. It should

Page 180: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 180 of 265

be capable of using the problem description automatically for knowledge-based searches/suggestions.

4. The proposed solution shall allow expert analysts to build knowledge trees that guide the user through a series of questions and potential answers until they reach a resolution. This functionality shall be achieved without the need for specialized scripting or programming skills and should only involve an analyst working with a subject expert to create a tree design.

Change and configuration Management:-

1. The proposed solution shall provide a fully functional CMDB (Configuration Management Database) as an integral part of the service desk and should be accessible from the same interface.

2. The proposed solution shall support manual and automated application configuration discovery and dependency mapping for target Cis (ex. Servers, UPS, etc.) and enrich the CMDB with this information.

3. The proposed solution shall allow the IT team & Change Advisory Board to visualize CI relationships with a specified number of relationships on single window.

4. The proposed solution shall provide a Change Order Schedule calendar to track scheduled changes

5. The proposed solution shall support version control for defined Configuration Items. 6. Should support Change Impact and change collision detection based on affected Cis from CMDB. 7. The proposed solution shall provide multiple CI families, classes and relationships out-of-box to

reduce implementation time. 8. The proposed solution shall provide a non-linear workflow with decision based branching and the

ability to perform parallel processing. The workflow system must also have a graphical workflow designer with drag & drop feature for workflow creation and updates.

Reporting:- 1. The proposed solution shall provide commonly used standard out of the box Reports. 2. The proposed solution shall provide a web-based report authoring solution that provides role-

based access to existing report content, creation of new reports and ad-hoc/scheduled reporting. 3. The proposed solution shall provide an out-of-box reporting dashboard that indicates analytics

about daily service support operations.

Page 181: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of Disaster Recovery (DR) Site

for State Data Centers at Jodhpur, Rajasthan

Page 181 of 265

ANNEXURE-3: INDICATIVE BILL OF QUANTITY (BoQ) BoQ-1 – Civil

S.No. Description Qty Unit

Civil & Interior

Supply , installation , commissioning of following items complete in all respect including all tools and Plants / Scaffolding etc required for proper execution as per detail specifications given

1 Providing and fixing Double Uneven Leaf Fire Rated Door with Vision Panel (2 Hours Fire Rated) Specification: FIRED RATED DOOR Uneven Leaf for Server Room Providing and fixing 2hrs fire rated steel door of size 1500mm X2400mm with a Vision Panel of 2hr fire rated glass, SS ball bearing butt hinges, lock, SS lever with the internal thumb turn & external key operation with heavy duty door closer.

Nos 1.00

2 Providing and fixing Single Leaf Fire Rated Door with Vision Panel (2 Hours Fire Rated) Specification: FIRED RATED door of size 1200mm X2400mm with a Vision Panel of 2hr fire rated glass, SS ball bearing butt hinges, lock, SS lever with the internal thumb turn & external key operation with heavy duty door closer.

Nos 9.00

3 Providing and fixing Single Leaf Non Fire Rated wooden Door with Vision Panel Nos 1.00

4 Providing and fixing Single Leaf Glass Door with thin semi transparent Film/laminate Specification: Glass Door with 12 mm toughened glass, floor spring, arrangement for access control, handle, lock etc. complete 1000mm X2100mm

Nos 5.00

5 Providing & fixing Metal False ceiling as per the proposed layout – Server Room as per the RFP specifications. Sqft 5000.00

6 Providing and fixing approved make raised flooring of 600x600mm tiles on 600mm adjustable height Galvanized iron (GI) pedestals and GI stingers. The tiles should have antistatic laminates and should have loading capacity of 2100KG per sqm and point load of 400KG.

Sqft 4000.00

7 Tile puller Nos 2.00

8 Concrete Screeding: Fly ash floor filling to a depth required and finishing the surface with 1:2:4 screed concrete using PCC (As per requirement)

Cubic ft 100.00

9 Providing & fixing 13mm thk nitrile rubber insulation with Alumium Foil use under the false flooring & true ceiling with adhesive and pvc jointing tapes wherever necessary as per standard installation

Sqft 6000.00

BMS,Development center and IT support Staff NOC Room work station : 60 mm tile based system including tiles.Height of system will be 1200mm.System has one MDF Marker board & one fabric pinup board inner side above worksurface & metal tile below worksurface at inner side.System has metal tile at outer side. Work top size 1200mmX600 mm.Table tops are of 25mm thick & gable ends are of 18 mm thick pre-laminated particleboards icroproce to IS:12823 interior board confirming to IS:12823 interior grade with matching pvc edge banding. All the exposed edges are sealed with 2mm thick imported pvc edge banding on sides &

Nos 71.00

Page 182: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 182 of 265

S.No. Description Qty Unit

bottoms. The top & drawer facia are sealed with 2mm thick pvc edge. The drawer unit consists of 2 box drawer & 1 file drawer. The sides of inside drawer box are of prelam particle board. The drawer box is fitted with roller slide for free movement. The drawer unit is provided with central locking system, where in the three drawer are locked with one key. PVC recessed handles are provided for easy opening and closing of drawer. The drawer unit is fitted on casters (optional) for easy mobility. The complete furniture unit is factory assembled with knock down fittings. The pedestrial is lifted with additional (5th) castor to avoid icropro of pedestral in case of opening of any/all of the three drawers. CPU Trolly: The base is made of 1.6 mm thick CRCA and the sides are made of 1.2 mm thick. The width of the trolley can be varied to accompany various width CPU.The CPU is mounted on locable castors. Keyboard: Outer Dimension of keyboard tray is 507X245 mm made of 1 mm thick CRCA.

DC Manager/ IT Supervisor table : Size 1650X750X740, side table 1050X450X740, Pedestal 350X450X550, Back storage 1050X425X700

Nos 6.00

productivity work chair: Smart mid back,S1 Mechanism, T Fixed Arm, Nylon Base, Nylon Castor. Nos 125.00

long back executive chair : High Back, Synchro 1 mechanism, 1 D Arm,Nylon Base and Nylon castor. Nos 6.00

15 Supply of installation of designer type reception Desk of minimum 20000 mm (w) x 600mm with 1200mm high ,75mm thk. Customized with Glass Top with arrangement of key board trays, cpu trollys, three drawer , etc. Complete as per customer approved colour scheme and specifications.

Nos 1.00

16 Supply of installation of Conference ROUND TABLE 25 Seater as per design approved by Engineer in charge job 1.00

17 Roller blinds of approved shade to be used for covering the glass wall and windows. The blinds should be resistant to corrosion and should have a pre-treatment, polyester based enamel finish with micro-perforations and suitable mechanism for opening and closing.

Sqft 600.00

18 Sofa set with 3 + 2 seating arrangement along with Tea table Set 3.00

Shoe rack for 100 pairs shoes (Size of each locker box (inside) will be 6’’ (h) x 10’’ (w) x 1’-0” (d) made from 19 mm BWR and termite proof board for frame/partition , back side made of 12 mm thick ply and duly painted with enamel paint, unique numbering on each box with enamel paint, second class teakwood corner beading and bottom of unit will have proper legs/stands/wooden skirting as directed by engineer in charge (The outer size of the locker box unit/units will be decided as per site suitability)

nos 1.00

19 lockers for keeping essentials. (Size of each locker box (inside) will be 1’- 0” (h) x 1’-0” (w) x 2’-0” (d) made from 19 mm BWR and termite proof board for frame/partition and shutters (single leaf shutter size 1ft. x 1ft.), back side made of 12 mm thick ply and duly painted with enamel paint, each shutter fixed with two numbers stainless steel butt hinges of 2.5” and a knob handle on each shutter with lock, stopper on inside face, unique numbering on each box with enamel paint, all exposed faces of wood work finished with veneer ply 1/8 inch thick and second class teakwood corner beading on front side and corners of shutter polished with Polyurethane (PU) polish, bottom of unit will have proper legs/stands/wooden skirting as directed by engineer in charge suitable for 100 Persons (The outer size of the locker box unit/units will be decided as per site suitability . This can be adjusted in suitable no as per site space available )

Nos 1.00

Page 183: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 183 of 265

S.No. Description Qty Unit

20 laminated Wooden Door of 25 mm thick with Louvers covering Fire suppression Cylinder and BMS panels Sqft 400.00

21 Supply and installation of Fire Safe ( 170 Lts ) of Godrej make (model No-FR 1060) with hight 1060 mm, Width 450 mm & depth 355 mm for Media/ backup tapes as per specifications enclosed

Nos 1.00

22 Providing & fixing Ramp & steps of 19 mm thk bison board finish with 1.5mm thk antistatic laminate as per design and requirement

Sqft 130.00

23 Providing and fixing 2 Hrs Fire Rated Double Gypsum Partition wall of OEM specified thickness for 2 Hrs Fire rated constructed using Metal Stud as per design and manufacturers specification including cost of chasing for electrical conduits, fixing of doors, finished of surface to smooth to accept plastic emulsion paint, etc.

Sqft 3500.00

24 Providing and fixing Fire Rated Double Gypsum Ceiling of OEM specified thickness constructed using Metal string/ frames as per design finished of surface to smooth to accept plastic emulsion paint, etc.

Sqft 1500.00

25 Providing & fixing – Door Signage’s with vinyl cutting on acrylic base.(size : 12”x4”) of approved design Nos 18.00

26 Painting for internal walls only for DC area for Server room only. The paint shall be Fire rated paint of and pastel shade to give an even shade over a primer coat as per manufacturers recommendations and finishing with 2 coats paint.

Sqft 5000.00

27 Celling Painting the smoothened surface with one coat of primer and two coats of plastic emulsion paint of approved make and shade. Base coat shall be as per the manufacturer’s recommendations. This will be applicable for all vertical plane surfaces ( For electrical/UPS/ Battery rooms & passage Area)

Sqft 1500.00

28 Fire rated Glass window with powder coated Aluminium Frame Sqft 75.00

30 Koldlock to prevent air leakage for rack cables Nos 80.00

31 DEBRIS CLEANING: Removal of Debris: The material shall be packed in gunny sacks/plastic bags and taken down after taking prior permission from the Customer on a daily basis Carting away of Debris: Trucks shall clear the debris from premises after taking the permission from Customer ( job is for entire contracting period and will be paid after completion of work. The work is to be executed on daily basis for a period of 6 months )

job 1.00

32 Housekeeping 2 person 1 industrial vacuum cleaner for 8 hours per day till Go-Live of the project per Month 7.00

33 Data Centre Name plates/ Display Boards (3 Ft X 4 Ft Size) with decorative Light Fitting as per design approved by Engineer in charge

Nos 2.00

34 Charges for making holes upto 150 mm dia in RCC wall, slabs or any other RCC members by dimond core cutting machines of HILTI or equivalent including disposing in debris. For all floors/levels/all hights above 150 mm dia.

Mtrs 50.00

35 Anti static laminate flooring for Electrical, UPS and Battery room, passage and Corridor Sq Mtrs 455.00

36 POP wall finish works for wall smoothening for gypsum partion . Sqft 3000.00

37 White Board (Magnetic Type) of Size 4 Ft X 5 Ft with duster and proper floor mounting stands Nos 6.00

38 Excavation in all kinds of soil, wet or dry (such as yellow murrum, hard murrum / gravel or mixture of any kind, including soft rock Cu mtrs 50.00

Page 184: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 184 of 265

S.No. Description Qty Unit

etc.), in loose and slushy condition, to the required level for area levelling, etc.; to required depth from existing ground level including disposing off surplus excavated material within the site as per direction of the PM or outside at approved location of local authority as per their rules / norms; if required, bailing/pumping out water to keep the site dry at all times until completion of backfilling; making temporary stepping / sloping, shoring with planking, strutting, sectioning, trimming, dressing of sides, levelling or grading, cleaning, removing and excavating loose pockets and consolidating them by backfilling as directed etc. all complete to the satisfaction of the PM.

39 Fire Escape plan of entire building floors in A1 size Nos 4.00

40 Fire escape exit Boards with LED lights with 1 hr battery backup Nos 25.00

41 Providing and applying fire Expanding Foam having minimum of 2 hours fire rating when tested in accordance with BS 476 part 20 and UL 1479 for horizontal and vertical openings in RCC slabs, Beams, walls, Brick masonry or Gypsum partitions for passing service shafts. The service lines could be of various types like electrical cables trays, metal pipes, GI Ducts for AC, etc. All contact surfaces and cavities shall br sealed with an intumescent filler. The product shall bear the UL and FM approval logo on the packing. Item includes scaffolding, finishing, cleaning etc. complete at all heights, levels & floors.

Ltrs 15.00

42 S/I/T/C of stainless steel Water Cooler with nominal cooling capacity / storage capacity of 60/120 litre/ Hrs. connected to drinking water tapping point with RO+UV water purifier with required accessories.

Nos 4.00

43 Tea/ Coffee Vending machine with Triple Option that can Make Tea Coffee Soup & give Hot Water. Vending machine should have auto Water flushing After Selected Time Facility Digital Meter To Count No’s Of Drink Dispensed Display Water Level sensor

Nos 2.00

44 Exhaust fans of sizes 18 inches with louvre shutters of approved make Nos 3.00

Supply and installation of Roxtec Cable management system for entry and Exit for cables for sizes from 25 sq mm upto 300 sq mm . There can be 12 to 16 cables of different sizes as per site requirement in one sq ft

Sq ft 10.00

45 Modular Storage of depth 450mm*2500mm (with openable hinged doors at required intervals) with laminated finish on both inside and outside at Manager cabin.

Nos 9.00

BoQ-2 – Electrical

S.No. Description Qty Unit

Page 185: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 185 of 265

S.No. Description Qty Unit

Electrical

Supply , installation , testing and commissioning of following items complete in all respect including all tools and Plants / Scaffolding etc required for proper execution for completion as per detail specifications given.

1.0 11KV Gang operated Switch as per JdVVNL Specifications complete in all respect with mounting structure 2 Nos

2.0 11KV HT Cables & Termination

2.1 Supply, Laying, testing & commissioning of 11KV (UE), 3C X 300sqmm. XLPE Alu. Arm. Cable as per the enclosed technical specification with all accessories as required

400 Mtrs

2.2 Supply, fixing, testing & commissioning of indoor/Outdoor/Straight Through type heat shrinkable cable termination kit suitable for 11KV (UE), 3CX300sqmm. XLPE Alu. Arm. Cable cable with all accessories as required

24 Nos

3.0 11KV HT Switchgears (Outdoor/ Indoor type)

The rates under this section shall also include: All hinged door shall be earthed through 2.5 sq mm tinned braided copper wire.Interlocking shall be provided between transformer door and VCB HT breaker panel. When transformer door open respective VCB breaker shall be tripped. All VCB breaker space heater of 230 Volts, AC supply be provided to prevent condensation during humid atmospheric condition. All VCB breaker space heater of 230 Volts, AC supply be provided to prevent condensation during humid atmospheric condition. Phase to Phase & Phase to earth clearance for panel shall be min. 300 mm. Breaker-operated auxiliary switch with 6NO and 6NC spare contacts shall be provided. All Protection relay by Combined Numerical Relay shall be provided Current density of current density of Copper shall be 1.2A/sq.mm a) Supporting rigid steel frame work. b) Cubicle type, 14 gauge CRCA sheet steel enclosed. c) Complete with copper interconnections Copper bus bars. d) Proper bonding to earth. Painting/lettering on Breakers and distribution boards, the location they serve, providing on each panel its circuit diagram. Details shall be given later. Distribution panels shall be Powder Coated with Siemens gray paint shade no. RAL-7032 of IS-5. Degree of protection for following type of panel enclosure shall be as per IS:13947-1993. IP 66 for Outdoor Panels, IP 45 for indoor panels. Tinned copper bus shall be used for phase & earth shall be provided through out the length of each board. All measuring instruments (Meters) shall be of digital electronic with LED of approved make and compatible with BMS (BACNET over IP) & having serial RS232 ports for compatibility and communications with special peripheral units and for remote connections

Page 186: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 186 of 265

S.No. Description Qty Unit

3.1 CABLE ENTRY:

Incomer & Outgoing : Bottom

3.2

Supply, installation, testing and Commissioning of 11KV IP 65 Outdoor Metering cubicle (excluding pricing of Trivector Meter, CTs, PTs which will be supplied by Power supply Authiority ) . Metering cubicle shall be as per local EB standards and Single line drawing and specifications & as per local authority requirement and all complete as per drawings, technical specifications, relevant standards, and direction of Engineer in charge

2 Set

3.3

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of 11KV 800 A 26.3KA 4VCB Main HT Panel with incoming & outgoing suitable cable termination shall be provided & other detailed refer tender specifications & SLD as enclosed. (Outdoor type) INCOMER : 2Nos. of 800 A TP, 26.3kA 11KV Vaccum Circuit Breaker with drawout type. METERING FOR EACH INCOMER: a) Metering with Two RS-485 ports interface/ BACNET over IP with Digital type Ammeter , Voltmeter & EM 6400 b) Red, Yellow & Blue lamps for Phase Indication- 110V AC c) Red, Green lamps for CB ON, OFF Indication- 110V DC d) Amber for VCB Trip e) Blue lamp for CB Spring Charge Indication – 110V AC f) White trip Circuit Healthy Indication- 110V AC g) Trip circuit healthy h) Earth Leakege relay with CBCT i) T/N/C – Spring return to Neutral j) Space Heater, Thermostat with ON/OFF k) Cubicle illuminating lamp with door switch with ON/OFF l) Control MCB’s, Fuse & Liks m) Test Terminal Block n) Hooter & Annuciator Window o) Panel illuminating lamp with door switch p) 20A Plug & Socket with control by 16A SPN MCB q) Protection relay for 51,50, 51N, 50N, 95, 27,59, 86 (All relays shall be numerical type with all built in standard features for protection, recording, event logging, etc.) r) Power pack for above suitable for input voltage 220VAC, output voltage 110V DC for 2 Close, Open operations. Impulse load of upto 350 W for shunt trip and upto 200W for closing coil. s) Emergency Stop Push button t) Surge protection.

1 Set

Page 187: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 187 of 265

S.No. Description Qty Unit

CURRENT TRANSFORMER FOR INCOMERS CT: 150-125/1A, CL: 0.2 15VA for Metering, 5P10, 15VA for Protection. VOLTAGE TRANSFORMER FOR INCOMERS a) 3 phase 3 Limb 11KV/√3/110V/√3, 100VA, CL:0.5 for metering & 100VA, CL:3P for Protection drawout type resin castin type & Protection fuse & MCB refer SLD. OUTGOING : 2 Nos of 630A TP, 26.3kA 11KV Vaccum Circuit Breaker with drawout type.

3.7 METERING FOR OUTGOING: (EACH)

a) Metering with Two RS-485 ports interface/ BACNET over IP with Load Manager (EM 6400), Digital type Ammeter, Voltmeter.b) Red, Green lamps for CB ON, OFF Indication- 110V DC.c) Protection relay for 51,50, 51N, 50N, 64R, 27,59, 86, 49T,49A, 95 (All relays shall be numerical type with all built in standard features for protection, recording, event logging, etc.). k) Cubicle illuminating lamp with door switch with ON/OFF d) Amber for VCB Trip.f) White trip Circuit Healthy Indication- 110V AC. g) Trip circuit healthy. h) Emergency Stop Push button. I) T/N/C – Spring return to Neutral. J) Space Heater, Thermostat with ON/OFF. K) Cubicle illuminating lamp with door switch with ON/OFF. L) Control MCB’s, Fuse & Liks. M) Test Terminal Block. N) Hooter & Annuciator Window. O) Panel illuminating lamp with door switch. P) 20A Plug & Socket with control by 16A SPN MCB. Q) Power pack for above suitable for input voltage 220VAC, output voltage 110V DC for 2 Close, Open operations. Impulse load of upto 350 W for shunt trip and upto 200W for closing coil . CURRENT TRANSFORMER FOR EACH OUTGOING: CT: 50-25/1A, CL: 0.2 15VA for Metering, 5P10, 15VA for Protection. CURRENT TRANSFORMER FOR EACH OUTGOING: CT: 100-75/1A, CL: 0.2 15VA for Metering, 5P10, 15VA for Protection . VOLTAGE TRANSFORMER FOR OUTGOING (EACH). a) 3phase 3 Limb 11KV/√3/110V/√3, 100VA, CL:0.5 for metering & 100VA, CL:3P for Protection drawout type resin castin type & Protection fuse & MCB. CABLE ENTRY: Incomer & Outgoing : Bottom

4 11KV/433V,1250KVA 50Hz TRANSFORMERS

4.1

Supply, installation, testing and Commissioning of 1250 KVA, 11KV/433V, Vector symbol Dyn11, Z=6.25%, Delta/Star connected, ONAN, Ester oil type, 3 Phase/3 Phase neutral, outdoor type Distribution transformer with OLTC and complete with all standard accessories, HT cable box, suitable Flanges for 2000A Busduct on Secondary side etc. Transformers shall be designed for 45 deg C ambient and shall be all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge and as per the requirement of local authority.NOTE:It includes RTCC panel also.

2 No.

4.2 Foundations for above transformers as per IS 2 No.

Page 188: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 188 of 265

S.No. Description Qty Unit

5.00 415V Bus duct

5.1

Design, manufacture, supply, transport to site, unloading, storing, leading, erecting, testing & commissioning of Sandwich Maintenance free feeder busduct with Copper conductors Indoor/Outdoor type, dust and vermin proof at transformer/switchgear ends & necessary locations as directed at site from floor, ceiling, wall etc., The bus duct shall have suitable flange at ends to connect with Transformer & Main MV Panel., Polyester insulation, epoxy painted EG sheet housing,single bolt expandable joints between sections, System-415V, 3Phase, 4Wire with 100% Neutral and integral ½ Earth, Degree of Protection: (Earth connection 2Rx25x3mm Cu. Flat).

5.2 S/I /T/C of 2000 amp , 4 pole, IP 65 cu bus duct including straight length piece , includes vertical bend , Horizontal bend , flexible joint, flexible braiding termination links at ends , canopy for installation of bus duct outside , Panel end box , Power equipment end box , terminal flange, edgewise hangers etc required for end to end connections ( The measurements will be made from end to end )

200 Mtrs.

5.3

S/I /T/C of 1250 amp , 4 pole, IP 65 cu bus duct including straight length piece , includes vertical bend , Horizontal bend , flexible joint, flexible braiding termination links at ends , canopy for installation of bus duct outside , Panel end box , Power equipment end box , terminal flange, edgewise hangers ,Busway Section-200 % Neutral, standard Lugs, Box, joint kit, end cap,Rod hanger etc required for end to end connections ( The measurements will be made from end to end )1250A Straight Length – Indoor – IP65

120 Mtrs.

6.1 415V LT PANEL as per SLD

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of 415V MAIN LT PANEL, suitable for 415Volts 3Phase 4wiresystem, fabricated from 14/16SWG CRCA sheet steel, single fronted, free standing, front hinged, rear removable, extendable on both sides, dust & vermin proof, cubicle type, floor mounted, undrilled gland plates at top/bottom, complete with internal wiring, ferrules, name plates, painting etc., conforming to the technical specification for panels & comprising of the following. INCOMER – 1 2Nos – 2000A, 4P, 50KA ACB EDO Drawout type, motor operated ACB with high speed closing feature with earthing, door interlock, automatic safety shutters to shroud the bus bar side and hylam sheet barrier on the incoming & outgoing cable sides of the circuit breaker and with Microprocessor based releases (with Over current / Earth fault / Short circuit ) & Trip& close Coil with Under Voltage releases. Metering for incomer (Each) 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 2500/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs. 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R). 1No – 2Over Current One Earth fault Relay. 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB. 2 Sets – 63A TPN MCB for OLTC. 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning

2 Nos

Page 189: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 189 of 265

S.No. Description Qty Unit

arrester between Neutral and Earth . 1 No. TVSS. Bus bars: 2500A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. Outgoing feeders: 2Nos – 800A, 4P 50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 2Nos – 630A, 4P 50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 1No – 400A, 4P 50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 1No – 250A, 4P 50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 1No – 125A, 4P 50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 2Nos – 100A, 4P50 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit Metering for outgoings (Each). 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 2500/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs.. 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R). 1No – 2Over Current One Earth fault Relay. 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB. 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth

6.2 RAW POWER PANEL

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of RAW POWER PANEL confirming to the technical specification for panels & comprising of the following: INCOMER 1No – 250A, 4P 30 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. Metering for incomer 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 4000/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs.

2 Nos

Page 190: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 190 of 265

S.No. Description Qty Unit

1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R). 1No – 2Over Current One Earth fault Relay. 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth Bus bars: 300 A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. 1 No. Of TVSS Outgoing feeders: 3Nos – 160A, 4P 30 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit 4Nos – 63A, 4P 30 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit

6.3 PAC PANEL

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of PAC PANEL confirming to the technical specification for panels & comprising of the following: INCOMER 1No – 400A, 4P 30 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. Metering for incomer . 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 4000/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs. 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R). 1No – 2Over Current One Earth fault Relay. 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB. 2 Sets – 63A TPN MCB for OLTC.

2 Nos

Page 191: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 191 of 265

S.No. Description Qty Unit

1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth . Bus bars: 500A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. 1 No. Of TVSS. Outgoing feeders: 8Nos – 100A, 4P 30 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit

6.4 VRV PANEL

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of VRV PANEL confirming to the technical specification for panels & comprising of the following: INCOMER 1No – 160A, 4P 25 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 4000/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R) 1No – 2Over Current One Earth fault Relay 1set – All CTs secondary terminals shorting links facility removal type provided 1Lot – Control MCB 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth Bus bars: 200A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. 1 No. Of TVSS. Outgoing feeders: 6 Nos – 63A, 4P 25 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit

2 Nos

6.5 EMERGENCY PANEL

Page 192: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 192 of 265

S.No. Description Qty Unit

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of VRV PANEL confirming to the technical specification for panels & comprising of the following: 2Nos – 63A, 4P 25 KA, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit INCOMER Metering for each incomer 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 4000/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1No – Restrick Earth fault relay (64R) 1No – 2Over Current One Earth fault Relay 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB. 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth Bus bars: 100A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. 1 No. Of TVSS. Outgoing feeders: 2Nos – 63A, 4P 25 KA, MCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit 8Nos – 32A, 4P 25 KA, MCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit.

1 Nos

6.6 Isolation Transformer Panel

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of ISO XMER PANEL confirming to the technical specification for panels & comprising of the following: 300kVA K13 isolation transformer OUTGOING 1No – 630A, 4P, MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit. Metering for outgoing. 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 4000/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs 1set – R,Y & B LED type Indication lamps

4 Nos

Page 193: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 193 of 265

S.No. Description Qty Unit

1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R) 1No – 2Over Current One Earth fault Relay 1set – All CTs secondary terminals shorting links facility removal type provided 1Lot – Control MCB. 2 Sets – 63A TPN MCB for OLTC Bus bars: 630A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm.

6.9

LIFT PANEL INCOMER 1Nos – 100A, 4P MCCB having Electronic Trip Unit with adjustable protection against Overload and Short Circuit Metering for Incomer: 1No – 96sq.mm Multifunction Digital meter to measure current (L1, L2, L3) & KWHR with BACNET over IP 1set – RYB LED type indication lamps 1set – Current Transformers (Cast resin type) 125/5A, class 1, 10VA 1set – Control MCB Bus bars: 100A ,4P Cu Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. Outgoing feeders: 3Nos- 63A, 4P, MCB

1 No

6.11 APFCR PANEL – 450KVAR

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of Auto Power Factor Correction Relay (APFCR-450KVAr) suitable for 415Volts 3Phase 4wiresystem, fabricated from 14/16SWG CRCA sheet steel, single fronted, free standing, front hinged, rear removable, extendable on both sides, dust & vermin proof, cubicle type, floor mounted, bus duct flange for incomer, gland plates at top/bottom for control cables, complete with internal wiring, ferrules, name plates, painting etc., conforming to the technical specification for panels& comprising of the following. Incomer: 1No – 800A, 4P, 50KA EDO Drawout type, motor operated ACB with high speed closing feature with earthing, door interlock, automatic safety shutters to shroud the bus bar side and hylam sheet barrier on the incoming & outgoing cable sides of the circuit breaker and with Microprocessor based releases (with Over current / Earth fault / Short circuit ) & Shunt Trip coil & close Coil with

2 Nos

Page 194: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 194 of 265

S.No. Description Qty Unit

Under Voltage releases. (Sensing cable shall be connected to CT’s located in Main MV Panel Incomers) Metering for Incomer: 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 800/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs. 1set – R,Y & B LED type Indication lamps . 1set – ACB ON, OFF& TRIP LED type indication lamps. 1set – ACB T/N/C Switch. 1No – Restrick Earth fault relay (64R). 1No – 2Over Current One Earth fault Relay 1set – All CTs secondary terminals shorting links facility removal type provided. 1Lot – Control MCB 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth Bus bars: 800A 4P Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. Outgoings: 2Sets – Each comprising of 400A TP , 30KA MCCB with capacitor ON/OFF indication lamp, three phase delta connected 100KVAR Epcos/Meher heavy duty capacitor, thyristor switched transient free fast power factor compensation system with harmonic reactor 7% Detuned reactor with discharge resistors shall be provided 5 Sets – Each comprising of 250A TP , 30KA MCCB with capacitor ON/OFF indication lamp, three phase delta connected 50KVAR Epcos/Meher heavy duty capacitor, thyristor switched transient free fast power factor compensation system with harmonic reactor 7% Detuned reactor with discharge resistors shall be provided

7 AUTO TRANSFER SWITCH

7.1

Supply, Installation, Testing & Commissioning of following ATS with Powder coated Enclosure with IP 55 100A, 415V, 4P, Auto Transfer Switch housed in weather proof MS Box powder coated enclosure mounted on MS support near the pumps suitable for Outdoor application of IP55. ATS should be able to accommodate 4C X 35 SQMM CU ARM cable on load side as per SLD and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

7 Nos.

7.2 40A, 415V, 4P, Auto Transfer Switch housed in weather proof MS Box enclosure mounted on wall near the PAHUs for utility rooms 1 Nos.

Page 195: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 195 of 265

S.No. Description Qty Unit

suitable for Indoor operation as per SLD. ( Powder coated with IP55 protection) and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

7.3 32A, 415V, 4P, Auto Transfer Switch housed in weather proof MS Box enclosure mounted on wall near the PAHUs for network rooms suitable for Indoor operation as per SLD. ( Powder coated with IP55 protection) and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

1 Nos.

7.4

63A, 415V, 4P, Auto Transfer Switch housed in weather proof MS Box enclosure mounted on wall near the PAHUs for server rooms suitable for Indoor operation as per SLD. ( Powder coated with IP55 protection) and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge. AMF CUM SYNCHRONIZING POWER PANEL AS PER SLD

1 Nos.

8

Design , supply, installation , Testing and commissioning of following Panels including the required DG controller as per single line diagram, technical specifications & description below suitable for parallel operation of 3 sets of 750KVA DG sets. The quoted price shall include D.G monitoring module as per specification. Any other components required for meeting the requirement for synchronization of DG sets as per DG working scheme shall be part his scope.

8.1 DG Sync Panel-1

Design, manufacture, testing at works, transportation to site, unloading, storing, leading, erecting, testing & commissioning of 415V DG SYNC PANEL -1, suitable for 415Volts 3Phase 4wiresystem, fabricated from 14/16SWG CRCA sheet steel, single fronted, free standing, front hinged, rear removable, extendable on both sides, dust & vermin proof, cubicle type, floor mounted, undrilled gland plates at top/bottom, complete with internal wiring, ferrules, name plates, painting etc., conforming to the technical specification for panels & comprising of the following. INCOMER – 1 3Nos – 1250A, TP+N, 50KA ACB EDO Drawout type, motor operated ACB with high speed closing feature with earthing, door interlock, automatic safety shutters to shroud the bus bar side and hylam sheet barrier on the incoming & outgoing cable sides of the circuit breaker and with Microprocessor based releases (with Over current / Earth fault / Short circuit ) & Trip& close Coil with Under Voltage releases. Metering for incomer (Each) 1No – Load Manager with BACNET over IP Interface with Maxmimum Demand Indication of EM 6400 or equivalent. 1Set – 2500/5A, Class 1.0, 15VA for metering, CL.PS, 15VA for protection Cast Resin CTs 1set – R,Y & B LED type Indication lamps 1set – ACB ON, OFF& TRIP LED type indication lamps 1set – ACB T/N/C Switch

1 Nos

Page 196: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 196 of 265

S.No. Description Qty Unit

1No – Restrick Earth fault relay (64R) 1No – 2Over Current One Earth fault Relay 1set – All CTs secondary terminals shorting links facility removal type provided 1Lot – Control MCB 2 Sets – 63A TPN MCB for OLTC 1set – Class B/Class I – 3 Numbers of lightning arrester for the connection between Phase and Neutral and one number of lightning arrester between Neutral and Earth 1 No. TVSS Bus bars: 2000A TPN Cu. Busbar. If the busbar is painted with a non-mettallic matt finish paint with colour coded and SMC Bus bar supports.Current density of the bus bars shall not exceed 0.8A/sqmm. Outgoing feeders: 2Nos – 2000A 4P 50KA ACB of MDO type with inbuilt Microprocessor based releases. PLC controller (with hot standby) as per the scheme and SLD

9

LT Cables & Terminations Supply, laying, testing & commissioning of the following sizes of 1.1KV grade XLPE Cable, Copper Conductor armoured/ flexible power cables on trays, ceilings, walls trenches, ground etc., with necessary clamps, cable ties, fasteners, identification tags, cable marking as required. Cost of sand, bricks, excavation should not be included in the rate quoted & measured icroproce.

9.1 4C x 120 Sq.mm Cu. Arm XLPE 40 Mtrs.

9.2 1C x 120Sq.mm Cu. Flex XLPE 1,760 Mtrs.

9.3 4C x 35 Sq.mm Cu. Arm XLPE 355 Mtrs.

9.4 4C x 50 Sq.mm Cu. Arm XLPE 60 Mtrs.

9.5 4C x 95 Sq.mm Cu. Arm XLPE 80 Mtrs.

9.6 4C x 16 Sq.mm Cu. Arm XLPE 230 Mtrs.

9.7 1C x 25 Sq.mm Cu. Flex XLPE 1,440 Mtrs.

9.8 4C x 240 Sq.mm Cu. Arm XLPE 50 Nos.

9.9 1C x 95Sq.mm Cu. Flex XLPE 80 Nos.

9.10 1C x 50Sq.mm Cu. Flex XLPE 55 Nos.

Supply & end termination of following CU armoured power cables with necessary double compression brass glands, CU. Terminal sockets, insulation tapes, fasteners, earthing clips & connecting the clip to main earth bus with suitable bare copper wire complete accessories as required

9.11 4C x 120 Sq.mm Cu. Arm XLPE 4 Nos.

Page 197: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 197 of 265

S.No. Description Qty Unit

9.12 1C x 120Sq.mm Cu. Flex XLPE 192 Nos.

9.13 4C x 35 Sq.mm Cu. Arm XLPE 54 Nos.

9.14 4C x 50 Sq.mm Cu. Arm XLPE 4 Nos.

9.15 4C x 95 Sq.mm Cu. Arm XLPE 8 Nos.

9.16 4C x 16 Sq.mm Cu. Arm XLPE 24 Nos.

9.17 1C x 25 Sq.mm Cu. Flex XLPE 192 Nos.

9.18 4C x 240 Sq.mm Cu. Arm XLPE 8 Nos.

9.19 1C x 95Sq.mm Cu. Flex XLPE 10 Nos.

9.20 1C x 50Sq.mm Cu. Flex XLPE 12 Nos.

10.0 Miscellaneous Items

10.1 Excavation, of cable trenches of required size for 600mm wide x 1200mm deep trench, providing sand bed, bricks, Truf etc., Back filling the same for laying HT/L.T cables inside / outside building as per specification

40 Mtrs

10.2 Supply & fixing of 600mm sweep 900 rpm exhaust fan & Laying for DB to exhaust fan points controlled by 15A switch and socket. (15A 5pin socket shall be provided near the exhaust fan )

4 Nos

10.3

Supply, Installation, testing & commissioning of 110V DC 100Ah System for 11KV Switchgear comprising the following Battery 110V DC Battery Changer Panel unit rating 110V/25A; AC input 415 +5% / 5.0A; DC output 115.6V/25A; Battery voltage 110V. 110V/25A float cum Booster Charger with DCDB containing following DC Ameter (Analog) 0-30A DC Voltmeter (Analog) 0-200V Indicating lamps for mains, AC supply fail, Charger On, Charger fail, DC UV, DC OV. Toggle switch for DC volts selections (Charger/Battery). Selector switch for Alarm/Float/Boost Alarm/Horn Push Buttons for lamp set, Alarm silence Push Buttons for lamp set, Alarm silence AC input On/Off switches I/C – 63A TPN MCB & O/G – 8Nos 25A DP MCB

1 Sets

10.4 DWC Pipe. Supply and laying of pipes in wall / floor / in ground including chipping / excavation laying and making good the surface as required.

Page 198: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 198 of 265

S.No. Description Qty Unit

With all accessories like collars and bends and nipples required. Pipe shall be laid at a depth of 900 mm below ground level or under paved areas/under floor with including all civil engineering works as required.

10.4.1 150 mm dia DWC pipe. 150 Mtrs

11 Lighting & Power Wiring

All wires used throught the project shall be PVC insulated copper conductors FRLS type. Price shall be inclusive of all conduits. All switches shall be of modular type.

11.1 Primary point from MCB/ 5A Switch with 3 x 2.5 sqmm wire 45 Nos.

11.2 Secondary Point Looped from item 4.3 90 Nos.

11.3 Primary point for Raw power with 3 x 4sqmm wire 40 Nos.

11.4 Secondary point looped from item 4.5 85 Nos.

11.5 5A Switch with plate and back box 80 Nos.

11.6 5/15A Socket + 15 A switch with all accessareis 80 Nos.

11.7 3 nos.5 pin 5 A socket + 15 A switch with all accessareis 100 Nos.

11.8 MS/GI pipes

Supply and laying of 2 mm thick rigid MS conduit in concealed conduit system using conduit accessories like junction boxes, collars, bends, elbows, binding wires, etc including cutting, chasing wherever required in wall/ ceiling/ flooring & making same good all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

11.8.1 32 mm dia conduit MS 300 Mtrs.

11.8.2 32 mm dia conduit GI 300 Mtrs.

12 Light Fittings/ DBs

12.1

Supply, erection, testing and Commissioning of luminaries complete with fixture, lamps, ballast, driver, starter, HPF condenser, standard down rod/chain, connecting cord, PVC/GI Flexible, Poles etc.,. The rate shall include all necessary fixing accessories like MS hooks, MS supports, fasteners,etc. and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

12.1.1 40W Surface mounted LED light fixture 2 feet X 2 feet 30 Nos.

12.1.2 18 W recesed light fixture 40 Nos.

12.1.3

Supply, installation, testing and commissioning of stand alone IP65, 45W LED, 6mtr. Height solar street light fixture & Solar photovoltaic panel with all accessories suitable for 12 hours back up per day. The battery should be IP55 housed in a box made from galvanized steel & powder coated so that it withstand corrosion. The rate shall include wiring, hot dip galvanized pole (octagonal galvanized pole of 4mm thickness), Necessary cabling, wiring, conduiting for making internal connections etc. for the light fixture fixing with all accessories as required and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

5 Nos.

Page 199: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 199 of 265

S.No. Description Qty Unit

12.2 Supply installation testing and commissioning of Infrared type OCCUPANCY SENSORS for sensing major or minor movements, including all necessary fixing accessories like MS hooks, MS supports, fasteners,etc. all complete works shall be as per drawings, specifications, relevant standards, and direction of Engineer in charge.

12.2.1 Occupancy sensor range 6-7 meter 24 Nos.

12.3 3ø, 8Way, Phase segregated DB (Lighting DB) 4 Nos.

Incomers 1No. 63A, 4P, MCB ‘C’ Curve

Phase outgoing 3Nos. 63A, 30mA, DP, RCCB

12Nos. Of outgoing 6A SP MCB With ‘C’ Curve

12 Nos. Of outgoing 16A SP MCB With ‘D’ Curve

12.4 3ø, 8Way, Phase segregated DB (Raw power DB) 2 Nos.

Incomers 1No. 100A, 4P, MCB ‘C’ Curve

Phase outgoing 3Nos. 100A, 30mA, DP, RCCB

12Nos. Of outgoing 6A SP MCB With ‘C’ Curve

12 Nos. Of outgoing 16A SP MCB With ‘D’ Curve

13 Cable Trays & M.S. Supports

13.1 Supply & installation of Pre fabricated Hot –dip icroproce ladder type cable tray system made of 2mm thick sheet steel folded with two longitudinal side rails connected by rungs at regular intervals of following sizes with necessary Tee’s, Vertical/ Horizontal Bends, expanision anchor fasteners, coupler plates, coupling fasteners etc., (Tray shall be measured along the central axis of the cable tray).

13.1.1 450mm X 50mm 150 Mtrs.

13.1.2 300mm X 50mm 300 Mtrs.

13.1.3 100mm X 50mm 80 Mtrs.

13.2

Supply & installation of Pre fabricated Hot –dip icroproce Perforated cable tray system made of 2mm thick sheet steel folded with two longitudinal side rails connected by rungs at regular intervals of following sizes with necessary Tee’s, Vertical/ Horizontal Bends, expanision anchor fasteners, coupler plates, coupling fasteners,channels,angles,thread rods etc., (Tray shall be measured along the central axis of the cable tray).

13.2.1 450mm X 50mm 100 Mtrs.

13.2.2 300mm X 50mm 80 Mtrs.

13.2.3 150mm X 50mm with Cover 40 Mtrs.

14 Equipment earthing

Supply, installation, testing & commissioning of copper plate earth electrode of size 600x600x3mm with 2runs 40x6mm copper flats raisers up to top termination & 50x12mm 300mm length connection plate, (50mm Dia GI Pipe), watering pipe with funnel,

Page 200: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 200 of 265

S.No. Description Qty Unit

inspection/connection chamberetc.,The bottom plate shall be buried vertically in such a way that it’s top surface is at 3mtr. Below the ground level, filled with alternate layers of salt, charcoal, bentonite powder, etc., construction of masonary chamber, providing heavy duty cast iron slab of size 450x450mm minimum, painting & making etc., as per the technical specification.

14.1 1250 kVA Transformer 8 Nos.

14.2 750KVA DG Set 12 Nos.

14.3 Lightning arrestor 2 Nos.

14.4 UPS/PDU system 10 Nos.

14.5 Rack 2 Nos.

14.6 HT Panel 4 Nos.

14.7 LT Panel 6 Nos.

14.8 Miscellaneous 4 Nos.

15 Supply & laying of following size Copper and GI flats & Wires

15.1 60x10mm Copper flat 120 Mtrs

15.2 50x6mm Copper flat for Transformer/DG neutral 80 Mtrs

15.3 No.8 SWG Copper wire 120 Mtrs

16.00 Supply & fixing of Earth bus chamber comprising of 50 X 10mm tinned copper of minimum 500mm length with stand off insulators mounted inside a powder coated enclosure with cover.

10 Nos.

16.1 Supply & fixing of 1C 4sq.mm flexible cable with lug for false flooring earthing suitable clamp & screw as required 80 Mtrs

17 Lightning Protection

Air Termination

17.1

Supply of lightning arrestor enchanching type designed to attract lightning from a predetermined volume and to safety convey the lightning current to the earth and complaint UL-96 or Equivalent to NFC 17102 ESE type (Nimbus) and complete with following principle components.(The lightining icropro should cover 107Meter radius and as per Site requirement) & Air termination shall be non-corroding and centre earthed finials shall be 300mm in cross section and be made of electric grade non ferrous material. Terminal shall be manufactured of icropro Aluminium.The Air Termination shall be insulated from the protected structure under all conditions and compliant of UL-96.The Air termination support shall be consists of 2m of insulating icroproce icroproces tube wall thickness is 4mm. The support shall be bolted to other mast materials with guy wires used.

2 Nos

Cable for Conductor Connectivity.

17.2

Supply, laying, connecting & commissioning of single core 70 sqmm PVC insulated unarmoured multistranded low impedance High Voltage shielded copper cable with necessary accessories as required. Rate shall be inclusive of necessary GI clamps at regular intervals not exceeding 600mm / 750mm for Horizontal / vertical conductors, all required hardware, bolts & nuts / Anchor fasteners, etc.

100 Nos

Page 201: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 201 of 265

S.No. Description Qty Unit

18 Race way & Wiring for Workstation

18.1

Supply and installation of fabricated 14 SWG G.I race ways / junction boxes for drawing wires for Raw power, UPS power and communication. The race ways shall be complete with base and cover, junction boxes as required, extension pieces, couplers, end plates, earthing including mechanically cutting chases in floor/ wall etc & making the same good. The race way shall be surface / Concealed type to brick wall / flooring with necessary fixing accessories. All the raceway will have double compartments and all complete as per drawings, specifications, relevant standards, and direction of Engineer in charge.

18.1.1 Raceway of 300 x 50mm 250 Mtrs.

18.1.2 Raceway of 150 x 50mm 200 Mtrs.

18.1.3 Raceway of 100 x 50mm 120 Mtrs.

19

Supplying and fixing following sizes of powder coated MS floor junction boxes of 3mm thick with top removable plate. The junction boxes shall undergo seven tank process prior to powder coat. The junction boxes shall have knock-outs/ trunking entry as per the site requirements. The junction boxes shall be laid in trenches for Raceways/conduits. The top cover shall be fixed with counter sunk screws. Junction boxes shall be provided with suitable supports inside so as to avoid buckling under load. (Data & Telephone cabling)

19.1.1 150 x 150 x 50mm Junction Box 20 Nos.

19.1.2 250 x 250 x 50mm Junction Box 10 Nos.

19.1.3 350 x 350 x 50mm Junction Box 5 Nos.

20 Supply & fixing of Back box for Data / Voice cabling as approved by the data cabling vendor in concealed fashion with all accessories as required.

100 Nos

21 Safety Accessories:

21.1 Supply & fixing of set of 4nos Round bottomed fire buckets with necessary markings filled with river sand and mounted on a M.S.stand as per standard practice

6 Nos.

21.2 Supply & fixing of shock treatment chart in English & Hindi languages duly laminated/ glass framed 8 Nos.

21.3 Supplying and fixing 1000 mm wide 15 mm thick rubber matting (complying with I.S.I) suitable for 11 kv 16 Mtrs.

21.4 Supply & fixing of 230V, AC portable & rechargeable emergency light with 2x9/11W PL lamp.(Used For Maintenance Hand Lamp) 6 Nos.

21.5 Supply & fixing of Vitreous icropro 11KV Danger boards as required by the CEIG. (size 6”x 4”) 6 Nos.

21.6 Supply & fixing of Vitreous icropro 440V Danger boards as required by the CEIG. (size 6”x 4”) 6 Nos.

21.7 Supply & fixing of first aid box containing full compliment of medicines, ointments & bandages etc., 2 Nos.

21.8 Supply & fixing of As buit Single line drawing duly laminated / framed in A1 size. 2 Nos.

21.9 Supply & Installation of cast iron HT cable route markers with necessary angle iron supports & civil works (HT yard to Substation) 10 Nos.

21.10 Supply & Installation of cast iron LT cable route markers with necessary angle iron supports & civil works 100 Nos.

21.11 Supply & fixing of 60X40CM teak wood box with glass door & hooks for hanging keys & space for keeping hand gloves complete with lock & three keys

2 Nos.

Page 202: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 202 of 265

S.No. Description Qty Unit

22.0 Temporary lighting,temporary DB, Power Supply to all service vendor for DC construction till Go-live. 1 Lot

23) SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF UPS & BATTERY SYSTEM

23.1 300 kVA UPS each with 2 no. of battery strings (Miniumum 169200 VAH per UPS)

23.2

Supply, unloading, shifting, installation, testing & commissioning of micro processor controlled 300 kVA/kW UPS operating in parallel redundant mode for 100% load, IGBT based rectifier to achieve input THDI < 3% and input power factor of greater than 0.99 at 100% loading. True Online Double Conversion (VFI as per IEC 62040-3) UPS using PWM IGBT technology , 3 Phase input and 3 phase 415 V output UPS system; and comprising of the following complete as required and as per specification:

4 No.

23.3 Fully rated Rectifier cum charger unit and 100% rated Inverter unit Integrated in UPS module 4 No.

23.4 Fully rated Inbuilt static switch at the inverter output and 100% rated Inbuilt static switch at the static bypass line integrated in UPS module

4 No.

23.5 Web-enabled Monitoring and Management through SNMP protocols for multi-OS environments with below features : 4 No.

23.6 External Load bank along with cables and Breakers for Testing UPS Performance before putting up plant load incase UPS does not have Smart Power Testing Feature as mentioned in Specs

4 No.

23.7 Giving notifications like e-mail, paging notification, broadcast notification, battery replacement notification, run event-based scripts 4 No.

23.8 Event logging, data logging and action logging (with date, time, description of fault and event) 4 No.

23.9 Run the battery diagnostic test 4 No.

24 Automated unattended shutdown of computers 4 No.

24.1 Local notification through audible alarm 4 No.

24.2 RS-485 port with BUS/MODBUS card, communication protocol to integrate the UPS with building management system 4 No.

25.0 Battery Banks & Associated Infrastructure

25.1

Battery Banks comprising of Valve Regulated Lead Acid Sealed Maintenance Free batteries of minimum 5 years design life to provide 15 minutes backup at full load i.e. 300 kVA, 0.8 pf with individual UPS (Minimum VAH: 169200 VAH per UPS). The batteries shall be installed on shelves of rack for quick replacement and servicing. The temperature sensor shall be provided in the battery section for temperature compensated charging. The bank of batteries shall comprise of required numbers of batteries connected in series and there should be atleast two banks connected in parallel to provide redundancy with each UPS so that incase of failure of one battery bank, the other bank shall provide reduced backup time for the particular UPS. (Vendor to provide complete details of make of Batteries, ampere hour ratings, no. of Batteries, Expected life, Final discharge voltage, Nominal float voltage, Battery recharge time & configuration of back up time, Battery sizing Calculations)

4 Set

25.2 Supply, unloading, installation, testing & commissioning of open type MS racks including top cover to protect from falling object to house SMF batteries for 300 kVA UPS system along with suitable interconnecting links, moulded case circuit breaker having thermal, magnetic & automatic U/V trip mechanisms Protection of Battery Banks etc. complete as required & as per specifications

4 Set

Page 203: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 203 of 265

S.No. Description Qty Unit

25.3 Supply, laying, testing & commissioning of NYVIN Type Glass Wool Insulated cable for interconnections between UPS to UPS, UPS to batteries, complete as required for 300 kVA UPS (Approx 10 mtr spacing to be considered between UPS & batteries Bank placed in two separate room.

4 Set

23.2

Supply, Installation, testing and commissioning of 40 KVA UPS with 3 phase input and 3 phase output and as per the Technical specifications. Quoted rate shall be inclusive of required batteries of 15 minutes back up at full load, battery shall be with connecting cables, Battery rack and all complete as per drawings, technical specifications, SLD, relevant standards, and direction of Engineer in charge.

4 Nos

24 DIESEL GENERATOR SETS

24.1

Supply, erection, testing and commissioning of 3 phase 415 volts 50 cycle per second 1500 RPM Radiator cooled Diesel Generator Sets of rating as below. The engine shall include flywheel to suit flexible coupling with guard, air cleaner, blower fan, fuel pump, variable speed electronic governor, fuel filter, lub oil filter & pump, primary water circulating pump, battery charger, 24 volt batteries of compatible capacity with battery stand and instrument panel comprising of switch with key etc. as required. The alternator shall be self excited, self regulated and continuously rated as below suitable for 3 phase 415 volts 50 cycles, 4 wire system and shall be provided with static excitation unit, Alternator insulation shall be class ‘H’ suitable to withstand tropical conditions and shall generally comply with BS 5000 and IS 4722. The overload capacity shall be not be less than 110% of rated capacity for 1 hour in every 12 hours The DG set shall be mounted on a fabricated rigid common base frame with GERB make resilient anti vibration mountings to provide 98% vibration isolation. The cost shall include providing and fixing adopter box for Bus duct termination as required & Acoustical Enclosure for the following DG Sets above as per technical specifications The Acoustic Enclosure, fabricated from high quality sheet steel of minimum 1.6/2 mm thickness finished with powder coating shall be of weather proof construction, designed to reduce noise level to maximum 75 dB at 1 m distance. The enclosure shall be provided with a forced ventilation system to restrict the temperature rise within the enclosure to permissible limits & Foundations for above DG sets. Each DG set shall be able to deliver 750KVA power @ 0.8 p.f

24.1.1 750 kVA DG SETS, Radiator Cooled 3 Set

25 EXHAUST SYSTEM

Supply, erection, testing and commissioning of exhaust piping with Class B MS pipes (4.85mm thick) including the cost of pipe supports, bends, flexible joints etc. and including the cost of insulation with layers of required thickness (minimum 75 mm) of LRB rock wool (150 kg/m3 density) clad with 26 SWG aluminium sheet cladding complete as per specification, as required and as below.

25.1.1 450 mm NB with insulation 100 RM

25.1.2 SS Below – 450 mm 3 RM

26 FUEL SYSTEM

26.1 Supply, installation, testing and commissioning of 900 liters capacity Buffer Fuel Tank, to receive fuel oil from bulk oil storage tank, fabricated from 2 mm thick M.S. sheets including the cost of removable cover with locking arrangement and including the cost of painting and including the cost of providing all the required appurtenances like inlet and outlet connections including the cost of

3 Nos

Page 204: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 204 of 265

S.No. Description Qty Unit

flanges & fittings, float valve, foot valve, drain connection, over flow connection to oil sump etc. and including the cost of fuel level sensors with high and low level visual indication and audible alarms with actuators to automatically start and stop the fuel transfer pump provided at bulk oil storage facility and including the cost of interconnection piping to provide gravity flow of oil from the buffer tank to the 8 nos Day fuel tanks and including the cost of support arrangement

26.2 Supply, erection testing and commissioning of a semi rotary hand pump for filling fuel in daily Fuel Tank including the cost of suitable fuel piping and connections complete as required.

2 NOS

26.3 Providing and fixing NO SMOKING & DANGER ZONE sign boards 3 Set

26.4 Providing and fixing fire bucket of 9 lit capacity made of 24 gauge MS sheet on existing structure 2 Set

26.5 Providing and fixing ISI marked portable fire extinguisher

26.6 CO2 4.5 kg capacity as per IS:2878 2 Nos

26.7 Chemical foam type of 9 litre as per IS:993 (Trolly marker) 2 Nos

26.8 Dry chemical powder type IS : 2171 5 kg 2 Nos

27 APPROVAL CHARGES

27.1 Liasion charges for Electrical Approvals form Electrical Inspectror and Jdvvnl ( statuary charges if any will be payable by department ) 1 Job

28

Metering Yard and Trafo Yard Fencing – Supply and construction of chain link fencing all round the switchyard using steel angle vertical supports of 2.5m height and including and providing 2no. lockable gate as required.Gate for Metering Yard and Transformer Yard – made out of steel frame of size not less than 65 x 65 x 6 mm angle and 8 SWG GI chain link with two leafs of 1.25 Mtrs each. Each gate shall be width 2.5 M

80 Mtrs

29 Spreading of 40 mm Aggregate in outdoor H.T.yard - 150 cubic ft

30 STEEL ITEMS:Steel support icroproc for supporting cable trays etc. 6 M.T.

Page 205: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 205 of 265

BoQ-3 – PAC

S.No. Description Qty Unit

Precision Air Conditioning System

1 PRECISION AIR CONDITIONING UNITS: Supply,Installation,testing and Commissioning of microprocessor based precision Air Conditioning units for the Server room. The unit shall be complete with incoming MCCB, Inverter scroll compressor, cooling coil DX type, with EEV, EC drive with plug fan, microprocessor panel, air filter, electrical reheat, built in sequential controller ,air-cooled condenser. Air cooled condenser with fan speed controller Inside design condition Server Room – 22 +/- 1 deg. C & Relative humidity : 50% RH +/- 5% a. Nominal Capacity 26 TR – Bottom Discharge Type (5 WORKING + 2 STANDBY) b. Provide EC drive (Electronically Commutated) for indoor unit fan c. Water leak detector d. Drain pump integral with unit e. BMS Interface for integration with necessary network integration card

7 Nos

2 Supply and Laying of Hard drawn Hot gas and Liquid Refrigerant copper piping 18G, with all fittings, accessories, insulations and G.I. Perforated tray for laying copper piping, as per standards for the above Precision units Including all supports, clamps and painting etc,(with the approval of project Engineer) . All outdoor units are considered to locate at same level itself.

3 Hot Gas line 200 Rmt

4 Liquid Line 200 Rmt

5 Refrigerant Gas R410a 430 kgs

6 4C x 10 Sq.mm Condenser Cable between indoor and outdoor unit with cable tray & icroproc supports etc., 400 Rmt

7 Supply & laying of G.I pipe for Humidification/drain water pipeline of suitable size with all valve fittings etc .

7.1 32 mm Dia 200 RMT

8 Supply & Installation of Heavy duty Powder coated Aluminium floor grilles with volume control damper suitable for installation in the false floor grid, complete with MS frames, suitable to with stand 700 kg/sqm load, 4 adjustable quadrant, toggle type, as per approved drawings for the Data centers Floor Grilles of size – 600 mm x 600 mm

90 Nos.

9 Heavy duty Al. power coated return air grills without VCD (600mm x 600mm) as per given technical specs. 90 Nos.

Page 206: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 206 of 265

BoQ-4 – VRV

S.No. Description Qty Unit

VRV Based Air Conditioning

1 Outdoor Units: Supply,installation & icroprocesso aof MULTI-VRF units complete with 100% Inverter driven scroll compressor, air cooled condenser with Inverter driven icropro speed fan motor having interconnected control wiring and refrigerant piping housed in compact housing duly powder coated body. 22 HP (Cooling-Only) 52 Deg.Operation

5 Nos

2 Indoor Comfort AC units: 4-Way Cassatte Unit (3TR) 14 Nos

3 Indoor Comfort AC units: MSP Ductable (4.6TR) 6 Nos

4 Indoor Comfort AC units: Hi-Wall (1TR) 6 Nos

5 Indoor Comfort AC units: Hi-Wall (1.5TR) 5 Nos

6 Indoor Comfort AC units: Wireless Remote 11 Nos

7 Wired Remote 20 Nos

8 Signal Receiver (As per requirement) 1 Nos

9 Centralize Remote(Touch Type) 1 Nos

10 Imported Fittings ( Joints ) 25 Nos

11 Supply lying and installation of low side work inclues Drain Pipes, Grills, Refrigrant Piping, Insulation, Control and transmission wiring,Duct and Duct Insulation, Grillers/Diffusers etc. required for installation of above mentioned AC’s shall be supplied by the selected bidder as per requirement for complete job as per the layout of reception , Gr floor and First floor shown and area mentioned

1 Job

Page 207: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 207 of 265

BoQ-5 – Rack

S.No. Description Qty Unit

Server Rack & Containment system

1.0 32A, 1 PH, IP Metered PDU (Strip level Monitoring)Rack PDU, Metered, Zero U, 32A, 230V, (20)C13 & (4)C19 140 Nos

2.0 32A, 3 PH, IP Metered PDU (Strip level Monitoring)Rack PDU, Metered, Zero U, 32A, 230V, Minimum of 6 No’s C13 & 6 No’s C19 26 Nos

3.0 Supply icroprocess and icroprocesso of Cold Aisle Containment System for includes: Containment with side, front panel, with supporting rod and required openings for passing the gas pipes, etc. Vendor need to submit the drawing before fabricating the cold aisle containment. The selected containment should fit with the layout and match the site conditions. The length of each cold Aisle containment is suitable for 11 Rows of 8 Nos racks of 42 U both sides of 600mm width with 2 tile cold aisles.

11 Nos

4.0 Server Rack Enclosure

4.1 Supply, Assembly and Installation of UL listed Server Racks Size – Minimum. 600 mm (W) x 1200 mm (D) Height – 42 U Rack should include following a) Single Perforated Front Door with profile which shall have better air flow or curved profile. Minimum 60% of Open Perforated area of Front Door. b) Split Perforated Rear Door for better clearance at rear side c) Removable side panel split in to two for easy removal with lock. Side Panel should be of pass-through type in front and rear side, with preinstalled wire brush. This shall allow to pass the cables to side enclosure directly without mixing the air between. d) Castor Wheels and adjustable leveling feet from underneath or above. e) Roof includes two large cable access slots for high density cabling and brush strips for air containment. Roof to have spring loaded pints for easy roof removal and installation with cable in place. f) Intelligent PDU with Temperature and Humidity monitoring Input Nominal Input Voltage – 220 to 240 VAC +6% , -10% Input Frequency – 50/60 Hz Input Connections-IEC 309 32A 3P+N+E Input Power 7.04 to 7.68 kVA Cord Length-3 meters minimum, Maximum Input Current per phase-32A, Output Nominal Output Voltage- 220 to 240V Maximum Total Current Draw per Phase- 32A Output Connections- minimum 36 no’s of IEC 320 C13 & 6 no’s of IEC 320 C19 Overload Protection Hydraulic Magnetic Circuit Breakers Mounting Size- Zero U Tool less Design Environmental Operating Temperature 0 to- 60 °C Storage -25 to 65°C Operating Relative Humidity -5 – 95% Conformance Safety Verifications –EN IEC60950-1, CE, TUV g) Vendor-neutral EIA-310, 19” Rack Mounting Rail with option of adjustment in ¼ in (6.4 mm) increments, U position numbered in front and rear. Environmental Compliance- RoHS, WEEE h) Baying Kit to join enclosures i) Hardware Kit with M6 x 16 Phillips slot screws and cage nuts.

70 Nos

Page 208: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 208 of 265

S.No. Description Qty Unit

j) Vertical Manager – 02, pre-installed in front side of rack, 01 in left and 01 in right. The vertical cable manager should have smooth plastic cable guides at 1 U increments to allow patch cords to enter and exit in an organized manner. k) Static Load Capacity of minimum 1300 kgs and rolling load of not less than 1000 kgs

5.0 Network Rack Enclosure

5.1 Assembly and Installation of UL listed Server Racks Size – Minimum. 800 mm (W) x 1200 mm (D) Height – 42 U Rack should include following a) Single Perforated Front Door with profile which shall have better air flow or curved profile. Minimum 80% of Open Perforated area of Front Door. b) Split Perforated Rear Door for better clearance at rear side c) Removable side panel split in to two for easy removal with lock. Side Panel should be of pass-through type in front and rear side, with preinstalled wire brush. This shall allow to pass the cables to side enclosure directly without mixing the air between. d) Castor Wheels and adjustable leveling feet from underneath or above. e) Roof includes two large cable access slots for high density cabling and brush strips for air containment. Roof to have spring loaded pints for easy roof removal and installation with cable in place. f) Intelligent PDU with Temperature and Humidity monitoring Input; Nominal Input Voltage – 220 to 240 VAC +6% , -10% Input Frequency – 50/60 Hz Input Connections-IEC 309 32A 3P+N+E Input Power 7.04 to 7.68 kVA Cord Length-3 meters minimum Maximum Input Current per phase-32A; Output Nominal Output Voltage- 220 to 240V Maximum Total Current Draw per Phase- 32A; Output Connections- minimum 36 no’s of IEC 320 C13 & 6 no’s of IEC 320 C19 Overload Protection Hydraulic Magnetic Circuit Breakers Mounting Size- Zero U Tool less Design Environmental Operating Temperature 0 to- 60 °C Storage -25 to 65°C Operating Relative Humidity -5 – 95% Conformance Safety Verifications –EN IEC60950-1, CE, TUV Environmental Compliance- RoHS, WEEE g) Vendor-neutral EIA-310, 19” Rack Mounting Rail with option of adjustment in ¼ in (6.4 mm) increments, U position numbered in front and rear. h) Baying Kit to join enclosures i) Hardware Kit with M6 x 16 Phillips slot screws and cage nuts. j) Vertical Manager – 02, pre-installed in front side of rack, 01 in left and 01 in right. The vertical cable manager should have smooth plastic cable guides at 1 U increments to allow patch cords to enter and exit in an organized manner. k) Static Load Capacity of minimum 1300 kgs and rolling load of not less than 1000 kgs

10 Nos

6.0 Telco Rack

6.1 Supply, Assembly and Installation of UL listed Telco Racks as per site requirement and specifications mentioned below . Standard Racks (2- Post Open) for MUX and Hub Room of 42 U a) The aluminum frame shall be designed for use in telecommunications and equipment rooms for storing telecommunication equipment. b) The frame shall have two top angles and heavy-duty assembly hardware for a stronger frame to handle heavier loading. c) The frame shall be manufactured from high strength aluminum. d) The frame shall be EIA-310-D compliant frame shall be fully compatible with conventional EIA Standard Hole PatternAdditional channel

12 Nos

Page 209: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 209 of 265

S.No. Description Qty Unit

depth shall be available to make room for high-density equipment and cable needs. e) The frame shall include (40) M6 mounting screws, (40) 12-24 mounting screws and (40) M6 cage nuts (stell rail only). f) igh Density 12” Cable Managers Double sided 2 Per Rack g) High Density 1U and 2U Horizontal Cable Manager 5 each type per rack h) 5/15 AMP PDU with 4 scokets – 4 PDU per rack i) Ladder for Cable Management as per site requirement j) Grouting Bolt with each rack

BoQ-6 – DCIM

S.No. Description Qty Unit

Data Center Infrastructure Management (DCIM)

1 Supply, Installation,Testing and Commissioning of DCIM Software for 5 simultaneous users , which should include following modules Communication interface module: SNMP Interface MODBUS/TCP Interface BACnet/IP Interface Dry Contact Sensing Interface Software Modules: Power Monitoring & Management (Real time monitoring, Reports, Dashboards, Elevation Modeling, Visualization, Analytics) Environment Monitoring & Management (Real time monitoring, Reports, Dashboards, Elevation Modeling, Visualization, Analytics) Asset Management (Real time monitoring, Reports, Dashboards, Elevation Modeling, Visualization, Analytics) Capacity Management (Real time monitoring, Reports, Dashboards, Elevation Modeling, Visualization, Analytics) Alarm Management (Real time monitoring, Reports, Dashboards, Elevation Modeling, Visualization, Analytics)

Lot 1

Page 210: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 210 of 265

BoQ-7 – Passive LAN

S.No. Description Qty Unit

Passive Cabling

1 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 13 Meters 160 Nos.

2 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH,10 Meters 104 Nos.

3 OM4, MPO Cassette, 24 LC fibers (12 duplex ports) 608 Nos.

4 2U UD Shelf / Panel, accepts 12 MPO Cassettes 24 Nos.

5 1U HD Shelf / Panel, accepts 12 MPO Cassettes 8 Nos.

6 1U Sliding modular cassette shelf, accepts 4 MPO cassettes 76 Nos.

7 LC-LC, MM OM4 Patch Cord, 10 Feet 50/125 3168 Nos.

8 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 60 m 8 Nos.

9 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 50 m 8 Nos.

10 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 40 m 6 Nos.

11 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 30 m 10 Nos.

12 OM4, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber LSZH, 20 m 8 Nos.

13 LC-LC, MM OM4 Patch Cord, 10 Feet 50/125 480 Nos.

14 CAT 6A LSZH, ETL Verified Category 6A U/UTP Cable, white jacket of 305 mtrs length 35 Nos.

15 Intelligent Ready Category 6A U/UTP Patch Panel, 24 port 110 Nos.

16 CAT 6A U/UTP, Solid Low Smoke Zero Halogen Patch Cord, Yellow Color, 10 Feet 1632 Nos.

17 LC-LC, OM4 MM Patch Cord, 5 Mtr 50/125 50 Nos.

18 LC-LC, OM4 MM Patch Cord, 10 Mtr 50/125 50 Nos.

19 LC-SC, OM4 MM Patch Cord, 10 Feet 50/125 25 Nos.

20 LC-SC, OM4 MM Patch Cord, 5 Mtr 50/125 25 Nos.

21 LC-SC, OM4 MM Patch Cord, 10 Mtr 50/125 25 Nos.

22 SM OS2, Bend Insensative, Pre-terminated Trunk Cable, 24-Fiber 2 Nos.

23 SM OS2, MPO Cassette, 24 LC fibers (12 duplex ports) 4 Nos.

24 LC-LC, SMF Patch Cord, 5m 25 Nos.

25 LC-LC, SMF Patch Cord, 10m 25 Nos.

26 LC-LC, SMF Patch Cord, 3m 500 Nos.

27 LC-SC, SMF Patch Cord, 5m 25 Nos.

28 LC-SC, SMF Patch Cord, 10m 25 Nos.

Page 211: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 211 of 265

S.No. Description Qty Unit

29 1U Shelf / Panel, accepts 4 MPO Cassettes 2 Nos.

30 Cat 6A-Patch Cords 7ft Gray colour 250 Nos.

31 Cat 6A-Patch Cords 10ft Gray colour 50 Nos.

32 Cat 6A-Patch Cords 15ft Gray colour 50 Nos.

33 AIM Software with unlimted Port License 1 Nos.

34 Software Maintenance Pack for 5 Years 1 Nos.

35 CAT 6A Information Outlet, blue 300 Nos.

36 CAT 6A Information Outlet, red 300 Nos.

37 3*3, Square faceplate Single port 25 Nos.

38 2-Port Faceplate Shuttered Square type White color 150 Nos.

Fiber & Copper Pathway System

1 6-foot horizontal straight section 4x6 NOS 184

2 6-foot horizontal straight section snap-on cover 4x6 NOS 184

3 4x6 90º horizontal elbow NOS 8

4 4x6 90º horizontal elbow cover NOS 8

5 Cut-in T 4x6 NOS 38

6 Cut-in T Fixture NOS 2

7 4x6 snap-fit junction NOS 242

8 4x6 End Cap NOS 4

9 New Threaded Rod Bracket kit 12mm NOS 290

10 12MM Dia. Threaded Rod L=1.8m NOS 290

11 2-Inch Express Exit NOS 132

12 2x2 flex tube attachment NOS 132

13 4-inch Express Exit base with base cover NOS 24

14 4x6 Trumpet Flare Kit NOS 24

15 SP Straight 100-300 NOS 84

16 Pedestal Mounting kit NOS 504

17 Finish Spray NOS 2

18 Screwing mtg. kit NOS 336

19 Cutter NOS 2

20 Grounding Kit ( Copper Wire to be ordered separately) NOS 10

21 End cap 300 NOS 20

Page 212: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 212 of 265

BoQ-8 – IBMS

S.No. Description Qty Unit

FIRE ALARM SYSTEM

1 Supply, Installation, Testing And Commissioning of complete intelligent, addressable, analogue, zoned, non-coded and electrically supervised , multiple loop fire alarm and detection system, including initiating devices and notification appliances. The system shall interface with 3rd party systems and perform monitoring, controlling, annunciating functions.

2 UL Listed Microprocessor based analogue addressable 2 loops fire alarm control panel with minimum 640 characters LCD display. Each loop of panel shall have minimum capacity of 250 analogue addressable detectors and devices (any combination per loop), and shall have provision for 20% spare capacity.

1 no.

3 Network Control Station with PC as per configuration described in technical specifications and GUI based main software. The software must be capable of graphically representing each facility being monitored with floor plans and icons depicting the actual locations of the various systems; and / or sensors’ locations. The GUI software shall be located in control room and shall monitor complete system.

1 set

4 UL listed Repeater Panel including display of minimum of 80 characters, backlit by a long life, solid state LCD. The panel shall be equipped with rubberized key pad complete as required as per technical specifications.

1 no.

5 Printer as compatable with fire alarm system for hard copy printout of all system events and status as per technical specifications. 1 no.

6 UL listed analogue addressable Multi Sensor smoke detector with mounting based LED, Address Switch / electronic way of addressing, complete as per all requirements of technical specifications & contracts works.

120 nos.

7 UL Listed Fixed temperature cum rate of rate of rise heat detector with mounting based LED, Address Switch / electronic way of addressing, as per technical specifications and all requirements of contract works.

6 nos.

8 UL Listed CO SENSORS Asper technical specifications 6 nos.

9 UL listed, dual action (push IN-pull DOWN) Flush or surface mounted Manual Call Point in manufacturers prescribed matching red enamel outlet box complete with key operated test-reset lock. The word FIRE shall appear in front of station as per technical specifications and all requirements of contract works.

16 nos.

10 UL listed, addressable hooter cum strobe units, wall mounted as per technical specifications and all requirements of contract works. If the same is not addressable, then Control Modules need to be considered per Hooter Cum Strobe in this Line Item itself.

12 nos.

11 UL Listed fire telephone jacks with telephone module complete as per specifications. 5 nos.

12 UL listed, heavy duty recessed / surface mounted telephone hand set complete as per specifications. 4 nos.

13 Addressable Interface Devices: Providing, fixing, testing and commissioning UL listed modules complete with mounting arrangement on north American junction box as per technical specifications and all requirements of subcontract works. Following devices shall be used but not limited to:

14 Monitor Module for MCP, VESDA & WLD Panels 7 nos.

Page 213: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 213 of 265

S.No. Description Qty Unit

15 Control Module for hooter cum strobe and Gas Release Panel 5 nos.

16 Relay Module for ACS door open & PAC tripping 22 nos.

17 Isolator Module 7 nos.

18 BACNET Card for Networking 1 nos.

19 2c x 1.5 mm² twisted pair,ATC , shielded armoured FRLS copper multistrand cable 800 Meter

20 CAT6 cable 500 Meter

Public Address System

1 Supply, Installation, Testing and Commssioining of following items related to PA System

2 UL listed, 6 Watt Ceiling mount Speaker with junction box for ceiling mount 25 Nos.

3 UL listed, 15 Watt Wall mount Speaker 6 Nos.

4 240 Watts Booster amplifier 3 Nos.

5 480 Watts Booster amplifier 1 Nos.

6 Goosneck micro Phone 1 Nos.

7 USB/CD/MP3 Player 1 Nos.

8 6 Zone Selection panel for PA announcement 1 Nos.

9 Rack to mount amplifier,CD player and console 1 Nos.

10 2 core 1 sq.mm copper conducter cable 500 Mtr

CCTV

1 Supply Installation & Commisioning of the following equipment for CCTV

1.1 Indoor IP base Day & Night 1/3”color auto iris varifocal lens CMOS, Resolution 1980x1080p @ 25 fps, Wide Dynamic Range, WDR CCD dome Cameras, 3.5-10.5 mm IR lense, min. 15mtr coverage, Camera should be POE Enabled

33 Nos

1.2 Outdoor IP based Pan/Tilt/Zoom cameras, ½.9” Progressive Scan CMOS or better, image resolution 1920 x 1080 or better @ 25 FPS, Electronic shutter - 1/28000 sec to 1 sec or better, including integrated Housing (dome type), Connectors, Lens, Camera Mounting poles and all Ancillary Equipment & all accessories (including driver cables , Power Supply unit & pan tilt unit)

6 Nos

1.3 NVR /NAS

1.4

Supply, installation, testing and commissioning of NVR/NAS including accessories, suitable power socket, DC power converters, connectors, cables, etc. complete as per spec. Contractor to decide on the NVR size depending on the Pixel resolution and recording rate in frames per second as specified in the tender. Contractor shall size the NAS for 25 FPS / 4 CIF resolution 90 days of recording and submit data sheet of their storage calculation for both MPEG 4 and JPEG recording formats and submit data sheet of their storage calculation for both MPEG 4 and H.264 recording formats. Note: Each Minimum of 20 Chanel Capacity.

2 Set

1.5 Supply, installation, testing and commissioning of Server control software complete as per spec with valid license for 100 cameras. 1 Set

1.6 Supply, installation, testing and commissioning of user Client control software complete as per spec with valid licenses. The software 1 Set

Page 214: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 214 of 265

S.No. Description Qty Unit

should enable the user to view multiple cameras in any combination available on the network (maximum 40 Nos)

2 Main Viewing Screens

2.1 Large wall mount LCD screens, no less than 46”, for data representation with all necessary accessiories for viewing 3 nos.

2.2 Video matrix for above 3 nos.

3 CABLES & ACCESSORIES FOR CCTV SYSTEM

3.1 2 C x 1.5 Sq.mm Cu. Conductor armoured power cable 770 Mtr

3.2 CAT-6 unarmoured cable for Power/ Data Cabling from camera to switch (Rate should include the cost of RJ45 connector required for the project).

1500 Mtr

ACCESS CONTROL SYSTEM

1 Supplying, Installing, Testing & Commissioning of the access control system consisting of the following:

2

SITC of TCP/IP based Controller with power Supply & Enclosure. The firm ware revision shall have on-board flash memory for field firmware revisions and feature expansion. Offline database backup shall be available. Export capabilities for card database, alarms and events. The panel shall support 128 unique card formats and 8 site codes. Maximum card format size shall be 75bit suitable for handling the card format of PIV, TWIC, and FRAC cards. The time zones support will be a minimum of 127 with 128 access levels and 255 holidays. Controller should be UL certified.

3 2 Reader controllers 15 Nos

4 Supply , installation, testing & commissioning of Proximity card readers as per specification suitable for mounting on metal surface/metal frames or wooden frames wall or as required based on site conditions including all accessories

30 Nos

5 Supply , installation, testing and commissioning of Proximity cards as per specification. 200 Nos

6 Supply , installation, testing and commissioning of Push Button for Exit 6 Nos

7 Break Glass Unit for Access Doors 11 Nos

8 BIOMETRIC Finger Reader as per specification 4 Nos

9 Supply, installation, testing and commissioning of electromagnet door holder (fail safe type) of 600 lb holding force for the following doors :

10 Single Leaf Door 15 Nos

11 Double Leaf Door 3 Nos

12 Panic Bars with egress switch 2 Nos

13 Supply , installation, testing & commissioning of Door Contact 20 Nos

14 Supply, installation, testing and commissioning of card issue terminal with necessary interface modules and operating software along with PC workstation (as per specification ) including 19” TFT Flat LCD display monitor.

1 Set

15 Supply , laying ,testing and commissioning of the following cables signal & communication cables for security access control, alarm monitoring System with all accessories including glanding and termination. Quoted price shall be considering cabling incl for EML,

Page 215: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 215 of 265

S.No. Description Qty Unit

Magnetic Contact & Card readers

16 6 Cx 1 Sqmm Shielded armoured icropro Cable (Reader to controller) 500 Mtr

17 4Cx 1 Sqmm Shielded armoured icropro Cable (EM Lock to Controller) 400 Mtr

18 2Cx 1 Sqmm Shielded armoured icropro Cable (Push button to controller) 300 Mtr

19 CAT6 unarmored Cable 700 Mtr

20 Card Printer with Accessories 1 Nos

21 Colour laser printer with Auto scan and Copy. 2 Nos

Rodent Repellent System

Supply, Installation, Testing and Commissioning of

1 Digital Master Console catering LP 24 satellites for Rodent Repellent system 6 Set

2 Satellites (Streem) 150 nos.

3 2 core 1 sq.mm Cu. Flexible Shielded cable with 20 mm MS conduit 700 Mtrs

VESDA

Supply,Installation,Testing & Commisioning of :

1

SITC of short wavelength laser based ultra high sensitive aspiration smoke detector panel with resolution of 0.00006% obs/ft (0.0002% obs/m,), 4 pipe inlets, shall support minimum 100 meters pipe length per pipe inlet with cumulative pipe length up to 550 meters for one single detector, 4 alarm levels, optional auto cleaning mechanism for detection chamber, on-board dual stage filter with memory, built-in event memory of 20000 events, pipe wise 4 stage flow monitoring, LED indications for alarm and fault conditions . Detector shall support as an inbuilt colour touch screen 3.5” display for status monitoring including smoke level bar graph, analytics to determine nature of sampled airborne particles (dust, diesel & PVC wire burning), connectivity using RS485 & TCP/IP, Wi-Fi support for monitoring using smart phones, connection of additional displays for remote monitoring.

1 SET

2

SITC of Power Supply units - EN approved power supply unit with 110/230 V AC input and 18 to 29 V DC output. The power supply unit has the following indications: OK – Green LED and Fault – Yellow LED Power supply unit should have capacity to operate on battery backup in case of AC mains failure & should have built in charging circuit for battries.

1 Nos.

3 SITC of Sampling Pipe having Smooth bore PVC Pipe 25 mm Outer Dia & 19 to 21 mm Inner Dia with all required accessories. 80 RM

4 SITC of 2 core twisted pair shielded cable for networking – 24 AWG Stranded (7x32) tinned copper conductor in suitable PVC conduit 200 RM

5 SITC of Sounder with strobe for alarm annunciation along with all required accessories. 3 Nos.

6 SITC of Trunk Adaptor, Capillary Tube Connector, Capillary Tube, Capillary Sampling Point, Sampling point label red (complete set) for air sampling in room voids for area having false ceilings.

1 Set

NOVEC 1230 BASED FIRE SUPPRESSION SYSTEM

1 Fire Suppression System 9 No

Page 216: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 216 of 265

S.No. Description Qty Unit

Supply, Installation,Testing and Commissioning of 120 Ltr seamless cylinder with valve but without gas as per technical specification

2 Novec 1230 Agent as per technical specification 765 kgs

3

Master Cylinder Kit with UL listed following items as per technical specification: - Pr. Guage + Low Pr. Supervisory Switch - Electromagnetic Actuator - Manual Actuator - Pneumatic Actuator - Flexible Discharge Hose - Flexible Actuation Hose

6 No

4

End Slave Cylinder Accessories as per technical specification Pressure Operated Control Head Actuation Hose, 30” Discharge Hose, 2” x 31”

6 No

5 El Check 2” (Manifold Check Valve) 6 No

6 Gas Discharge Nozzles 36 No

7 Seamless Piping as per design Dia and thickness/ grade with manifold as per technical specification ( required for Data center, electrical control rooms 1 and 2 , UPS & battery room 1 and 2 , Mux room for below false ceiling , above false ceiling , below false floor areas ).Refer drawing for details.The bider has to submit detail design with design analysis for pipe sizing.

1 lot

8 Gas Release Panel as per technical specification 6 No

9 Abort Switch 6 No

10 Release Switch 6 No

11 Hooter with Power Supply 6 No

12 2 core x 1.5 Sqmm FRLS armoured copper cable as per technical specification 200 Mtrs

ANALOGUE WATER LEAK DETECTION SYSTEM

Supply, Installation, Testing and Commissioning of the following:

1 4 zone Water Leak detection panel with Modbus Connectivity and battery NOS 2

2 Water leak detection cable sensor Mtr 150

3 Electronic Hooter NOS 2

4 2 core 1 sq.mm Cu. Flexible Shielded cable and PVC Conduict-Teleflex Mtr 100

BUILDING MANAGEMENT SYSTEM

Supply ,Installation, Testing & Commisioning of Following

1 Central Monitoring Station

Page 217: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 217 of 265

S.No. Description Qty Unit

1.1 Operator Workstation with latest intel icroprocessor, i7 or latest, 4 GB RAM, 1 TB HDD, 2.8 Ghz, Wirless keyboard, mouse, windows Operating system Software SQL with MS Office Software latest & Licenced Anti-Virus Software LED Monitor – 32 inch , DVD Writer, with A4 Size Laser Jet Printer

Set 2

2 BMS Software

2.1

Integrated BMS System Licensed Software for Centralised Server and Operating client systems, with license Key and Communication gateways. This software should be capable of taking sufficient number of Ios as mentioned in IO Summary along with 15% spare. The windows based software should be capable of executing the required functions and generate dynamic graphics , trends , reports and alarms. Should be able to collect data from 3rd party systems on Modbus/Bacnet/IP directly without any additional hardware. Minimum for 5,000points

Set 1

3 Third Party Integration

3.1 Interface for integrating Third Party Systems via Modbus RS 485 Interface.

3.2 Integration controller for Transformer – 2 nos. Lot 1

3.3 Integration controller for DG SET – 3 nos. Lot 1

3.4 Integration controller for UPS – 6 nos. Lot 1

3.5 Integration controller for Energy Meters – 40 nos. Lot 1

3.6 Integration controller for PAC – 7 nos. Lot 1

3.7 Integration controller for VRV units as per qty installed Lot 1

3.8 Integration controller for Fire Alarm System Lot 1

3.9 Integration controller for Lifts Lot 1

3.11 Integration controller for WLD Lot 1

3.12 Integration controller for rodent control system Lot 1

4 Direct Digital Controllers: BACnet/IP for all the items installed at site . (Please refer no as per qty of indivisuals taken in bill of Quantities given above and below )

4.1 Controllers with inbuilt real time clock, Battery Back up, 32 bit microprocessor as per input / output summary for the HVAC, Plumbing, Electrical requirements.

4.2 DDC for DG sets nos 3

4.3 DDC for HT & LT panel breakers Lot 1

4.4 DDC for PAC units nos 7

4.5 Lift 1 no nos 7

5 FIELD DEVICES nos 1

5.1 Outside T/Rh sensor nos. 5

5.2 Room T/Rh sensor nos. 25

Page 218: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 218 of 265

S.No. Description Qty Unit

6 Cabling

6.1 Signal cable 2c x 1.0 sq,mm ATC Armoured Shielded Mtrs 6000

6.2 Signal cable 4c x 1.0 sq,mm ATC Armoured Shielded Mtrs 500

6.3 CAT6 cable for Communication between DDCs & integrator controllers Mtrs 1500

6.4 8 port managed non POE Switches Nos 3

6.5 20 port managed POE switches Nos 2

Conference Room PA System

Supply ,Installation, Testing & Commisioning of PA system having Following specifications

1 fixed type Delegate unit As per specifications given Nos 36

1.1 Frequency response – 200 Hz to 12.5 kHz, Headphones load impedance- > 32 ohms < 1k ohm, Loudspeaker nominal output – 72 dB SPL. Height with microphone in horizontal position – 130 mm ,Length of microphone from, mounting surface, Mounting - Tabletop (fixed including required interconnect wires

2 Supply, Installation, testing & Commissioning fixed type Chairman unit As per specifications given Nos 2

2.2 Frequency response – 200 Hz to 12.5 kHz, Headphones load impedance- > 32 ohms < 1k ohm, Loudspeaker nominal output - 72 dB SPL, Height with microphone in horizontal position - 130 mm ,Length of microphone from, mounting surface-310 mm, Mounting - Tabletop (fixed),

3 Supply, Installation, testing & Commissioning of control unit As per specifications given Job 1

3.3

Mains voltage 100 to 240 VAC ± 10%, Current consumption Maximum 0.6 A (100 VAC) to 0.2 A (240 VAC), DC supply to Discussion Devices 24 V ± 1 V (current limited), Number of Discussion Devices, per Control Unit – Max. 40 devices per trunk, connector Discussion Device loudspeakers volume control – 15 steps of 1.5 dB (starting from -10.5 dB), Limit threshold level to unit 12 dB above nominal level Gain reduction due to number of open microphones (NOM) 1/SQRT (NOM) Sample rate 44.1 kHz Nominal input (85 dB SPL) < 0.5%, Max. input (110 dB SPL) < 0.5% XLR nominal microphone input -56 dBV, XLR maximum microphone input -26 dBV, RCA nominal input -24 dBV (+/- 6 dB), RCA maximum input +6 dBV3 | CCS 1000 D Control

4 Supply, Installation, testing & Commissioning of amplifier As per specifications given Job 1

4.4

:- PLE-1ME060-IN 200 VA,PLE-1ME120-IN 400 VA, PLE-1ME240-IN 760 VA, Frequency response (Line) 60 Hz to 18 kHz (+1/-3 dB @ -10 dB ref. rated output), Frequency response (Mic.) 80 Hz to 18 kHz (+1/-3 dB @ -10 dB ref. rated output), Distortion <1% @ rated output power, 1 kHz, Bass Control Max. ± 8 dB, Treble Control Max. ± 8 dB, Input 1 (push-to-talk contact with priority) – 5-pin Euro style, balanced, phantom, Input 2 pin Euro style, balanced, phantom, Input 3 and 4 TRS Jack (1/4, 6.3mm) balanced, Sensitivity 1 mV (mic.); 300 mV (line), Impedance >1 kohm (mic.); >5 kohm (line)Dynamic range 93 dB, >60 dB (mic.); >65 dB (line), >75 dB CMRR (mic.) >40 dB (50 Hz to 20 kHz)

Page 219: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 219 of 265

S.No. Description Qty Unit

Headroom >25 dB, -3 dB @ 315 Hz, high-pass, 6 dB/oct Phantom power supply 9 V via 1.2 kohm (mic.) Connector Cinch, stereo converted to mono, Sensitivity 200 mV, Impedance 22 kohm, >70 dB >75 dB , Headroom >25 dB

5 Supply, Installation, testing & Commissioning of speaker Wooden Box Cabinet as per specifications given

Nos 4

5.1 Wooden Box Cabinet Loudspeaker Amx Power – 9W, Rate Power (PHC) - 6 W (6-3, 1-5), Sound Pressure Level at rated Power/1w (at 1khz,1m) – 96db/90db, Effetive Fervency range (10db) – 200 – 15000 hz, Opening Angle (At 1khz/ 4 khz, - 6dd) in digrees – 150/70, Rated Voltege – 100v, Rated Impedance in ohms.

6 Supply, Installation, testing & Commissioning of Din Socket Job 1

7 Supply, Installation, testing & Commissioning of Speaker Cable Job 1

8 Supply, Installation, testing & Commissioning of Mic Cable Job 1

9 Supply, Installation, testing & Commissioning of 8 Core Cable Job 1

BoQ-9 –Liasoning

S.No. Description Qty Unit

1 Liasoning charges for all approvals like Jdvvnl , Electrical Inspector , JoDA , as per detail list enclosed The necessary statuary charges will be paid by the department

Job 1

Page 220: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 220 of 265

BoQ-10 – OPEX

S.No. Description Qty Unit

OPEX

1 Facility Management Charges for Non IT Items procured as mentioned in BoQ 1 to 9 as per details given below

1.1 Project Manager 1 Per Month for 60 months

1.2 DCIM + BMS Supervisor 1 Per Month for 60 months

1.3 Helpdesk 4 Per Month for 60 months

1.4 A.C. Technician ( Precision + Comfort) 4 Per Month for 60 months

1.5 IBMS + DCIM Engineer 4 Per Month for 60 months

1.6 Electricians 4 Per Month for 60 months

1.7 DG Sets Operator 4 Per Month for 60 months

1.8 Helpers / House Keeper 5 Per Month for 60 months

1.9 Security Supervisor 1 Per Month for 60 months

1.10 Security Personnel 9 Per Month for 60 months

Page 221: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance

of Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 221 of 265

ANNEXURE-4: PRE-BID QUERIES FORMAT {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} Name of the Company/Firm: Bidding Document Fee Receipt No. ___________ Dated___________ for Rs. _____________/- Name of Person(s) Representing the Company/ Firm:

Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos.

Company/Firm Contacts:

Contact Person(s) Address for Correspondence

Email-ID(s) Tel. Nos. & Fax Nos.

Query / Clarification Sought:

S.No. RFP Page No.

RFP Rule No.

Rule Details Query/ Suggestion/ Clarification

Note: - Queries must be strictly submitted in the prescribed format of both Excel (.XLS/ .XLSX/ .ODF) and PDF only with duly seal and sign on each page. Also submit in hard copies with seal and sign. Queries not submitted in the prescribed format will not be considered/ responded at all by the procuring entity. Also, kindly attach the coloured scanned copy of the receipt towards the submission of the bidding/ tender document fee.

Page 222: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 222 of 265

ANNEXURE-5: TENDER FORM {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} 1) Addressed to:

Name of the Tendering Authority

Technical Director

Address DoIT&C, GoR, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur (Rajasthan)

Telephone 5103902, 2226055

Tele Fax 0141-2228701

Email [email protected] (please mention the NIB no. in the subject)

2) Firm Details:

Name of Firm

Name of CMD of the firm with email id, contact number

Name of Authorized Contact Person with Designation

Registered Office Address

Address of the Firm

Year of Establishment

Type of Firm

Put Tick( ) mark

Public Limited

Private Limited

Partnership Proprietary

Telephone Number(s)

Email Address/ Web Site Email: Web-Site:

Fax No.

Mobile Number Mobile:

Certification/Accreditation/Affiliation, if Any

3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited vide

DD/BC/receipt no. _______ dated ___________. 4) The requisite DOIT&C processing fee amounting to Rs. ________/- (Rupees <in words>) has been

deposited vide DD/BC/receipt no. _______ dated ___________. 5) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited vide

Banker’s Cheque/ DD No. ___________ dated ___________. 6) We agree to abide by all the terms and conditions mentioned in this form issued by the

Empanelment Authority and also the further conditions of the said notice given in the attached sheets (all the pages of which have been signed by us in token of acceptance of the terms mentioned therein along with stamp of the firm).

Date: Name & Seal of the firm: ________________________ Authorized Signatory: ___________________________

Page 223: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 223 of 265

ANNEXURE-6: BIDDER’S AUTHORIZATION CERTIFICATE {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to sign relevant documents on behalf of the company/ firm in dealing with NIB reference No. ______________________ dated _________. He/ She is also authorized to attend meetings & submit technical & commercial information/ clarifications as may be required by you in the course of processing the Bid. For the purpose of validation, his/ her verified signatures are as under. Thanking you, Name of the Bidder: - Verified Signature: Authorised Signatory: - Seal of the Organization: - Date: Place:

Page 224: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 224 of 265

ANNEXURE-7: SELF-DECLARATION {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). In response to the NIB Ref. No. _____________________________ dated ___________ for {Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of ____________________________________, I/ We hereby declare that presently our Company/ firm _________________, at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices either indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT.

d) does not have any previous transgressions with any entity in India or any other country during the last three years

e) does not have any debarment by any other procuring entity f) isnot insolvent in receivership, bankrupt or being wound up, not have its affairs administered

by a court or a judicial officer, not have its business activities suspended and is not the subject of legal proceedings for any of the foregoing reasons;

g) does not have, and ourdirectors and officers not have been convicted of any criminal offence related to their professional conduct or the making of false statements or misrepresentations as to their qualifications to enter into a procurement contract within a period of three years preceding the commencement of the procurement process, or not have been otherwise disqualified pursuant to debarment proceedings;

h) does not have a conflict of interest as mentioned in the bidding document which materially affects the fair competition.

i) will comply with the code of integrity as specified in the bidding document. If this declaration is found to be incorrect then without prejudice to any other action that may be taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our security may be forfeited in full and ourbid, to the extent accepted, may be cancelled. Thanking you, Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

Page 225: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 225 of 265

ANNEXURE-8: CERTIFICATE OF CONFORMITY/ NO DEVIATION {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). CERTIFICATE This is to certify that, the specifications of Hardware & Software which I/ We have mentioned in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are in conformity with the minimum specifications of the bidding document and that there are no deviations of any kind from the requirement specifications. Also, I/ we have thoroughly read the bidding document and by signing this certificate, we hereby submit our token of unconditional acceptance to all the terms & conditions of the bidding document without any deviations. I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in the end-to-end implementation and execution of the project, to meet the desired Standards set out in the bidding Document. Thanking you, Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

Page 226: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 226 of 265

ANNEXURE-9: CERTIFICATE OF CONFORMITY/ NO DEVIATION BY OEM {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). NIB Ref No. ____________________

CERTIFICATE

I/We , (name and address of the manufacturer) are established and reputed manufacturers of _______________having factories at ______________ (addresses of manufacturing locations) do hereby certify that, the specifications of Items (Hardware & Software) as mentioned below:

1. 2. 3.

Are in conformity with the minimum specifications of the bidding document and that there are no deviations of any kind from the required specification. These items are being quoted by M/s. ______________________, in compliance to the Technical Specifications mentioned under item no. ____________________________, of RFP. I/We assure that our equipment/ software will be supported and freely upgraded during the entire Contract/ Project period. Further, to certify that these items comply with Period of end of sale, Period of end of service and Period of back to back support, updates and patches as specified in RFP. Also, I/ we have thoroughly read the bidding document and by signing this certificate, I/we hereby submit our token of compliance of above mentioned items and clauses of RFP without any deviations. Thanking you, Name of the OEM: - Authorised Signatory: - Seal & Sign of the Organization: - Date: Place:

Page 227: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 227 of 265

ANNEXURE-10: COVERING LETTER – TECHNICAL BID {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Ref: Request for Proposal (RFP) Notification dated............... No.......... Dear Sir, 1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt of

which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same.

2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the

information contained in the bid is true and correct to the best of our knowledge and belief. 3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any

deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for carrying out the project in accordance with your RFP.

4. Until a formal contract is prepared and executed, this bid, together with your written acceptance

thereof and your notification of award shall constitute a binding Contract between us. 5. I/We agree to abide by this RFP for a period of 90 days from the closing date fixed for submission of

bid as stipulated in the RFP document. 6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above

contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988”.

7. I/ We undertake, for timely establishment of a local office in Jaipur (if the award is made to us) and

within 3 months from the date of issue of LOI. Or (strike out whichever is not applicable) We have an existing office at Jaipur at the following address: ....................................................................................................................... 8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP. 9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by

Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of the project for performing their duties with respect to this project. We understand that our non-cooperation for the same shall be grounds for termination of service.

Thanking you, Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

Page 228: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 228 of 265

ANNEXURE-11: DECLARATION BY BIDDER {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

I/ We declare that I am/we are bonafide/ Manufacturers/ Whole Sellers/ Sole distributor/ Authorised dealer/ dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for which I/ We have quoted. If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/ our security may be forfeited in full and the bid, if any, to the extent accepted may be cancelled. Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:

Page 229: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 229 of 265

ANNEXURE-12: MANUFACTURER’S AUTHORIZATION FORM (MAF) {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

(Indicative Format)

To, The Technical Director & Joint Secretary, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Subject: Issue of the Manufacturer’s Authorisation Form (MAF) Reference: NIB/ RFP Ref. No. _____________________ dated _______ Sir, We {name and address of the OEM} who are established and reputed original equipment manufacturers (OEMs) having factories at {addresses of manufacturing location} do hereby authorize {M/s __________________________} who is our {Distributor/ Channel Partner/ Retailer/ Others <please specify>} to bid, negotiate and conclude the contract with you against the aforementioned reference for the following Equipment/ Hardware/ Software manufactured by us: -

{OEM will mention the details of all the proposed product(s) with their make/ model.}

We undertake to provide OEM Warranty for the offered Equipment/ Hardware/ Software, as mentioned above, for 5 Years. We hereby confirm that the offered Hardware/ Software is not likely to be declared as End -of-Sale within next 12 months from the date of bid submission. We hereby confirm that the offered Equipment/ Hardware/ Software is not likely to be declared as End-of-Service/ Support within next 5 years from the date of bid submission. We hereby confirm that we have direct back-to-back service support agreement with the bidder for the project duration of 5 years as per RFP. DOIT&C/ Bidder/ GoR will be able to log a support ticket directly to our helpdesk to get telephonic/ remote support directly from us, as required. Yours faithfully, For and on behalf of M/s (Name of the manufacturer) (Authorized Signatory) Name, Designation & Contact No.: Address: ___________________________________ Seal:

Page 230: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 230 of 265

ANNEXURE-13: UNDERTAKING ON AUTHENTICITY OF COMPUTER EQUIPMENTS {To be filled by the bidder(On Rs. 100/- Non-judicial stamp paper)} To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Reference: NIB No. :___________________________________ Dated:__________ This has reference to the items being supplied/quoted to you vide bid ref. no. ___________ dated ___________. We hereby undertake that all the components/parts/assembly/ software used in the equipment shall be genuine, original and new components /parts/assembly/software from respective OEMs of the products and that no refurbished/duplicate/ second hand components/ parts/ assembly/ software are being used or shall be used. In respect of licensed operating system, we undertake that the same shall be supplied along with the authorized license certificate with our name/logo. Also, that it shall be sourced from the authorized source for use in India. In case, we are found not complying with above at the time of delivery or during installation, for the equipment already billed, we agree to take back the equipment already supplied at our cost and return any amount paid to us by you in this regard and that you will have the right to forfeit our Bid Security/ SD/ PSD for this bid or debar/ black list us or take suitable action against us. Authorized Signatory Name: Designation:

Page 231: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 231 of 265

ANNEXURE-14: LISTS OF PREFERRED MAKES {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} List of Preferred Makes of materials is listed below. However approved equivalent materials of any other specialized makes may be used after approval by the purchase committee under the chairmanship of Secretary IT. It should be noted that mentioning of makes does not qualify the item to be acceptable. The preferred make should comply technical specifications as details in Technical Specification. CIVIL, INTERIOR, PLUMBING AND FURNITURE WORKS

S.No. DESCRIPTION LIST OF PREFERRED MAKES

1 CEMENT ACC / ULTRATECH/ AMBUJA/ JAYPEE CEMENT/ JK CEMENT

2 WHITE CEMENT BIRLA/ J.K.WHITE/ TRAVAN CORE

3 REINFORCEMENT STEEL RINL/ SAIL/ TATA STEEL LTD./ JSW/ JINDAL STEEL/ SHYAM STEEL (All steel supplier should be Primary Producers of steel)

4 PLASTICIZERS SIKA/ FOSROC/ BASF

5 PLAIN / PRE-LAMINATED PARTICLE BOARD

NOVAPAN/ MERINO/ ECOBOARD/ TESAACTION CO/ KITLAM.

6 PLYWOOD KITPLY/ CENTURY/ ARCHID PLY/ GREEN PLY/ MERINO.

7 LAMINATES KITPLY/ CENTURY/ ARCHIDPLY/ SONEAR/ GREENLAM/ MERINO/ FORMICA.

8 VENEERS KITPLY/ CENTURY/ ARCHIDPLY/ SONEAR/ GREENLAM/ MERINO

9 FLUSH DOORSHUTTERS KITPLY/ CENTURY/ MERINO/ ARCHID/ GREENPLY.

10 RCC DOOR FRAMES AMBIENCE INDUSTRIES/ VENTURA.

11 CERAMIC FLOOR / DADO TILES

1ST QUALITY OF SOMANY/ ORIENT/ BELL/ JOHNSON / KAJARIA/ NITCO

12 VITRIFIED / RECTIFIED TILES 1ST QUALITY OF SOMANY/ ORIENT BELL/ JOHNSON / KAJARIA / NITCO/ RAK

13 CARPET MILLIKEN / INTERFACE/ SHAW

14 TILE ADHESIVES LATECRETE/ BALENDURA/ WEBER/ ROFF./ FEVICOL

15 ALUMINIUM COMPOSITE PANELS( ACP)

ALSTRONG/ ALUCOBOND/ ALUPLEX/ ALUDECOR / ALPOLIC.

16 PAVER BLOCKS KK, PAVIT, K S TILES, HINDUSTAN TILES,SOBHA, BASANT BETONS, SURFACE INDIA,PAVERS INDIA

17 CEMENT BASED WALL PUTTY

BIRLA WALL CARE/ J.K.WAL L PUTTY/ SARAH/ ASIAN PAINTS/ ALTEK/ FERROUS.

18 FALSE FLOORING SYSTEM UNITILE / UNIFLAIR/ USG / SCHNEIDER / LEGRAND

19 AUTOCLAVED AERATEDCONCRETE( AAC) BLOCKS

HYDERABAD INDUSTRIES LIMITED/ ULTRATECH INDIA LIMITED/ SIPROX INDIA LIMITED/ AERECON/ ASCOLITE

20 ANCHOR FASTENER HILTI/ FISHER

21 ROLLING SHUTTERS/ GRILLS STANDARD/ SWASTIK/ AAKASH/ PRAKASH

22 FLOOR SPRING DORMA/ DORSET/ HARDWYN

23 LOCKS IN CABINETS,FURNITURE

HETTICH / BLUM / HAFELE

24 PU ENAMEL METALLIC PAINTS ON MS STRUCTURE

SKK/ OIKOS/ ACRO/ ASIAN/ BERGER

25 BALL BEARING HINGES AND SPRING HINGES

DORMA/ HAFELE/ GEZE

26 GYPSUM BOARDS INDIA GYPSUM/ LAFARGE BORAL/ RAMCOLTD.

27 MDF INTERIOR/ EXTERIOR GRADE

NUWUD, ARCHIDPLY,CENTURY,MERINO,DURA TUFF

Page 232: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 232 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

28 GYPSUM PLASTER INDIA GYPSUM/ PERMABOARD

29 METAL FALSE CEILING ARMSTRONG/ DURLUM/ INTER ARCH LUXALON/ HUNTER DOUGLAS

30 MINERAL FIBER BOARD CEILING

ARMSTRONG/ AMF/ USG

31 FIRE RETARDANT PAINT ASIAN PAINT/ VIPER/ FYRETARD/ NOBLEPAINTS/ (FYRE PRUFFE)/ PROMAT

32 PLASTIC EMULSION PAINT ASIAN PAINTS/ BERGER PAINTS/ NEROLAC/ BRITISH PAINT

33 EPOXY PAINT NEROLAC/ ASIAN/ DULUX/ FOSROC/ BASF/ SIKA

34 FIRE RATED DOORS SHAKTIMET/ PROMAT/ GMP/ MPP

35 FIRE RATED GLASS SCHOTT / SAINT GOBAIN/ PILKINGTON

36 WORK STATIONS WIPRO / GODREJ / MONARCH/ FEATHERLITE /COSMOS / Pyrotech

37 CHAIRS GODREJ / FEATHERLITE / WIPRO/ MERRYFAIR/ COSMOS

38 ALUMINIUM SECTIONS JINDAL/ HINDALCO/ INDAL

39 HARD WARE FITTINGS DORMA / HETTICH / ENOX

40 WHITE BOARD ALKON / ALTOP/ WHITEMARK

41 FIRE RATED FABRIC TREVIRACS FABRICS/ WESTEX OF MILLIKEN/ CAMIRA

42 DOOR MATTS

3M/ FORBO

43 ROLLING SHUTTERS AND GRILLS

STANDARD/ SWASTIK/ SUPER STEEL

44 FIRE RATED PARTITIONS SCHOTT / SAINT GOBAIN/ PILKINGTON

45 STAINLESS STEEL SCREWS ARROW/ JINDAL/ KUNDAN

46 MDF INERIOR/ EXTERIOR GRADE

NUWUD/ GREENPLY/ CENTURY/ MERINO

47 FROSTED FILM (FIRERATED) LIUMAR / 3M/ AVERY/ IQUE

48 MIRROR ASAHI/ SAINT GOBAIN/ MODIGUARD/ CONTINENTAL

49 ACOUSTIC BOARDS ANUTONE/ ARMSTRONG/ GOLDLINE

50 ROCK WOOL LLOYDS INSULATIONS/ MINWOOL ROCK FIBRES/ POLYBOND

51 GLASSWOOL UP TWIGA/ LLOYDS/ BAKELITE HYLAM

52 SS CLAMPS,PINS HILTI/ FISCHER/ HALFEN

53 WATER COOLERS BLUESTAR/ VOLTAS/ EUREKA FORBES

54 MODULAR FURNITURE WIPRO/ GODREJ/ featherlite / PYROTECH/ ROCKWORTH/ COSMOS

55 FIRE SEALANTS HILTI, FISCHER,3M

56 COFFEE / TEA VENDING MACHINE

LIPTON/ CCD/ GODREJ/ NESCAFE

57 TEAK WOOD 1ST CLASS AND 2ND CLASS BTC WELL SEASONED, DRY KILN TREATED, FREE FROM SAP FOR MOULDING AND EXPOSED WOODWORK KNOTS, & CRACKS, UNIFORM IN COLOUR

Electrical Works

S.No. DESCRIPTION LIST OF PREFERRED MAKES

1 HV CIRCUIT BREAKERS / LBS ABB / SIEMENS/ SCHNEIDER

2 HT PANELS TRICOLITE/ ABB/ SCHNIEDER/ L&T/ SIEMENS/ STERLING GENERATORS/ ENERLAC / ADLEC

3 LV SWITCHGEAR/ PANELS SCHNEIDER/ SIEMENS/ ABB/ L&T / TRICOLITE/ STERLING GENERATORS/ ENERLAC /ADLEC

Page 233: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 233 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

4 TRANSFORMER CROMPTON GREAVES / ABB/ VOLTAMP / GE /SCHNEIDER / DTPL/ SIEMENS/ KIRLOSKAR

5 PROTECTION RELAYS AREVA/ ABB/ L&T / SIEMENS/ SCHNEIDER

6 HV CABLES UNIVERSAL / NICCO/ POLYCAB / KEI / HAVELS/ GLOSTER/ FINOLAX / RHINO

7 HV CABLE TERMINATION KIT RAYCHEM/ M-SEAL/ 3M

8 AIR CIRCUIT BREAKER SIEMENS / ABB E / L&T / SCHNEIDER

9 MCCB SIEMENS/ ABB/ L&T/ SCHNEIDER

10 CONTACTOR SIMENS/ ABB/ L&T/ SCHNEIDER/ GE

11 BIMETAL RELAYS SIEMENS / ABB/ L&T/ SCHNEIDER/ GE

12 CAPACITOR SIEMENS / DUCATI/ ABB/ L&T/ EPCOS/ SCHNEIDER

13 APFC RELAY SIEMENS (EPCOS) / L&T/ DUCATI/ SCHNEIDER

14 MCB SIEMENS/ ABB/ SCHNEIDER/ LEGRAND/ L&T/ / HAGER

15 DISTRIBUTION BOARDS SIEMENS/ SCHNEIDER/ LEGRAND/ L&T/ HAGER / ABB/

16 EARTH LEAKAGE CIRCUIT BREAKER/ RESIDUAL CURRENT CIRCUITBREAKER

SIEMENS/ ABB/ SCHNEIDER/ LEGRAND/ L&T/ / HAGER

17 TIMER L&T/ SIEMENS/ ABB/ SCHNEIDER/ GE

18 CURRENT TRANSFORMER ALFA/ KAPPA/ NEWTEK/ GILBERT & MAXWELL/ PRECISE/ AE

19 POTENTIAL TRANSFORMER ALFA/ KAPPA/ NEWTEK/ GILBERT & MAXWELL/ AE

20 DIGITAL METERS/ LOADMANAGERS

CONZERV/ L&T/ ELMEASURE/ SOCOMEC/SCHNEIDER /SEIMENS /ABB

21 INDICATION LAMPS VAISHNOV/ TEKNIC/ L&T/ SIEMENS/ SCHNEIDER/ ABB

22 SELECTOR SWITCHES VAISHNOV / SALZER / KAYCEE/SCHNEIDER

23 HRC FUSES & FUSE SETTINGS L&T/ C&S/ ABB/ SIEMENS/ LITTLE FUSE/ COOPER BUSS MANN

24 LV FLEXIBLE WIRES POLYCAB/ RR KABLE/ FINOLEX

25 LV POWER / CONTROL CABLES FINOLEX / UNIVERSAL/ RR KABLE/ POLYCAB/ FINOLEX

26 LOCAL PUSH BUTTON STATIONS L&T / BCH / TEKNIC/ SIEMENS/ C&S / SCHNEIDER/ VAISHNOV

27 LUMINARIES/ LAMPS PHILIPS / zumbtobel Keselec Schneider/ TRILUX

28 STREET LIGHT POLES BAJAJ/ PHILIPS/ OSRAM / WIPRO/ BPP /Aster, Surya, Valmont,

29 SWITCHES MODULAR SIEMENS/ /SCHNEIDER / /MK ( wrap around ), Legrand ( Myrius ), ABB ( Classic Luminia Camy Corsa ), Schneider ( Opale ), L&T ( Oris ), Philips, Havell's ( Crabtree )

30 SOCKETS MODULAR SIEMENS/ /SCHNEIDER / /MK ( wrap around ), Legrand ( Myrius ), ABB ( Classic Luminia Camy Corsa ), Schneider ( Opale ), L&T ( Oris ), Philips, Havell's ( Crabtree )

31 CABLE TERMINALENDS DOWELL/ COMET/ JOINTWELL/ JAINSON/ BRACO

32 PVC FRLS CONDUITS AKG/ POLYCAB/ PRECISSION/ BEC/ NATIONAL

33 GI CONDUITS STEEL KRAFT / NATIONAL/ AKG/ BEC

34 RACE WAYS MK/ LK/ MDS/ PROFAB/ OBO-BETTERMAN/ SCHNEIDER /BEC /STEELWAY

35 TERMINALS WAGO/ PHOENIX/ ELMEX/ SALZER

36 BUSWAY/ BUSDUCT (SANDWICH) SCHNEIDER/ STAR LINE/ SIEMENS/GE / EATON/ EAE/ L&T/ Control and Switchgear for server area and SCHNEIDER/ STAR LINE/ SEIMENS/ GE / EATON/ EAE/ L&T/ Control and Switchgear /for other areas

Page 234: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 234 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

37 UPS EMERSON/ SCHNEIDER/ DELTA/EATON/ GE/RIELLO

38 INVERTERS SU-KAM/ TRUEPOWER/ CONSULNEOWATT

39 TVSS ASCO/ OBO-BETTERMAN/ ABB/ EMERSON/ SCHNEIDER/SIEMENS

40 CABLE TRAY SLOTCO /INDIANA /ENERLAC /PASCO

41 CABLE GLANDS DOWELLS/ COMET/ HENSEL / LAPP/ 3D/ JAINSONS

42 DIGITAL ELRWITHCBCT PROK/ MINILEC/ PROTEC/ ELMEASURE

43 LIGHTNING ARRESTOR LPI(STORMASTER)/ ESE/ NEXUS/ ABB

44 PLCS ABB/ AB/ OMRON/ SIEMENS/SCHNIDER /ROCKWELL

46 RELAYS (NUMERICAL) SIEMENS/ ABB/ L&T/ SCHNEIDER

47 CRCA SHEET TATA/ JINDAL/ SAIL

48 BUS BARS-PANEL HINDALCO/ JINDAL

49 MANUAL CHANGE OVER SWITCH ABB/ HPL SOCOMEC / SIEMENS/ SCHNEIDER/ L&T

50 MOTORIZED COS / ATS ABB/ ASCO/ BCH/ SIEMENS/ SCHNEIDER/ EMERSON/ L&T/ SOCOMEC

51 CHEMICAL EARTHING ASHLOK / LPI / INTELEC / GALAXY/ ERICO

52 CONNECTORS CONNECTWELL/ L&T/ SIEMENS/ GE/ ABB

53 VOLTMETER,AMMETER SCHNEIDER/ SALZER/ SECURE/ SOCOMEC/ ABB

54 BATTERIES CHARGER VOLSTAT/ STATCON/ UPTRON/ DELTA

55 INSULATION MAT SUNTEX/ PADMINI/ ELECTROMAT

56 SEALING COMPOUND HILTI/ 3M/ M-SEAL

57 INDUSTRIAL SOCKETS LEAGRAND/ L&T/ ABB/ SCHNEIDER/SIEMENS /CUTTLER HAMMER

58 TELEPHONE WIRES RALLISON/ FINOLEX/ LAPP/ POLYCAB/RR KABEL

59 CEILING FAN USHA/ CROMPTON/ HAVELLS

60 LAMPS AND FIXTURES WIPRO/ PHILIPS/ OSRAM/

61 LED PHILIPHS / WIPRO /KESLEC SCHREDDER

62 LIGHTING CONTROLSYSTEM ABB/ SCHNEIDER/ SIEMENS/ PHILIPS

63 LIGHTING POLES WIPRO/ PHILIPS/ BAJAJ

64 BATTERY MONITORING SYSTEM SCHNEIDER/ MIDTRONICS/ ENERTECT/ TIMEC

65 ELECTRONIC BALLAST PHILIPS/ WIPRO/ ATCO

66 SURGE ARRESTOR ASCO/ EMERSON/ SCHNEIDER/ OBO-BETTERMAN/ ERICO /ABB

67 STATIC TRANSFERSWITCH SCHNEIDER/ EMERSON/ ASCO/ SOCOMEC

DG WORKS (DG SET/ NGR/ SYN PANEL):

68 DIESEL GENERATOR OEM JACKSON/ POWERICA / STERLING GENERATORS/SUDHIR

69 ENGINE CUMMINS / MTU STERLING GENERATORS / CATER PILLAR TIL / MITSUBISHI

70 ALTERNATOR AVK– SEG/ LERO Y SOMER/ STAMFORD/ CATERPILLAR / MTU

71 ACOUSTIC ENCLOSURES CONFORMING TO CPCB NORMS- SUDHIR /STERLING GENERATORS /TIPL / RAI POWER

72 DG ACCESSORIES CONFORMING TO CPCB NORMS AND AS PER OEM STANDARDS

73 DG SET MANUFACTURERS SUDHIR / STERLING GENERATORS /TIPL / RAI POWER

74 BATTERIES for DG Sets EXIDE / AMARRAJA

75 MS PIPES JINDAL ( HISSAR) /SURYA /ADVANCE /SAIL

76 ACTIVE HARMONIC FILTERS EPCOS / SCHNEIDER ELECTRIC/ SIEMENS / EMERSON / DELTA

77 ENERGY MANAGEMENT SYSTEMS SEIMENS / SCHNEIDER /ABB

Page 235: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 235 of 265

HVAC Works

S.No. DESCRIPTION LIST OF PREFERRED MAKES

1 ELASTOMERIC NITRILERUBBER INSULATION/ POLYESTERIC FOAM (FOR THERMAL & ACOUSTIC)

ARMAFLEX / THERMOBREAK / K-FLEX/ ARMACELL

2 CABLE TRAYS PROFAB/ INDIANA / PASCO / SLOTCO / LEGRAND

3 INSULATED FLEXIBLE DUCTING 7 STAR/ CARYAIRE/ NUTECH/ RADIANT AIR SYSTEM

4 EAU/ VAUS/ SCRUBBER (TOILET VENTILATION & EXHAUST SYSTEM/ KITCHEN EXHAUST SYSTEM)

FLAKT / EDGETECH/ ETA

5 CENTRIFUGAL FANS/ AHU FANS KRUGER / NICOTRA/ COMEFRI

6 MOTORS ABB / SIEMENS/ CG/ BCH

7 VARIABLE FREQUENCY DRIVES EMERSON/ SIEMENS/ DANFOSS(HVACSERIES)/ ABB/ PANTAIR/ ARMSTRONG/SCHNEIDER / ALLEN BRADLEY/ DELTA

8 COMBINED SMOKE & FIRE DAMPERS

RUSKIN TITUS (UL LISTED)/ GREEN HECK(UL LISTED)/ AIRMASTER(UL LISTED)

9 GRILLES & DIFFUSERS AIR MASTER/ SYSTEMAIR/ RAVISTAR/ RUSKIN/ STULZ

10 GALVANIZED SHEET STEEL SAIL / JINDAL/ TATA

11 MS PIPES JINDAL / TATA/ SAIL

12 PRECISION AIR CONDITIONING UNIT

RITTAL / SCHNEIDER / UNIFLAIR / CLIMAVENETA / EMERSON /STULZ /DENCO HAPPEL/

13 VIBRATION ISOLATORS DUNLOP/ RESISTOFLEX/ CORI/ EASYFLEX

14 DUCT INSULATION / ACOUSTIC LINING

UPTWIGA / OWENS CORNING/ KIMMCO/ DUPONT

15 EPS UNDER DECK INSULATION BEARDSELL/ COOLITE/ INDIAN PACKAGING /ARMAFLEX SERVICES / STYRENE THERMOBREAK / K-FLEX/ ARMACELL

16 PRECISION AIR CONDITIONING UNIT

RITTAL / SCHNEIDER / UNIFLAIR / CLIMAVENETA / EMERSON /STULZ /DENCO HAPPEL/

17 COPPER JOINTS AND FITTINGS DAIKIN/ TOSHIBA/ HITACHI /BLUE STAR /O GNERAL

18 DRAIN PIPING FOR COMFORT AC SUPREME/ PRINCE

19 ANCHOR FASTENER HILTI/ FISCHER

20 SEALING COMPOUND HILTI/ 3M/ M-SEAL

21 WELDING ELECTRODES ESAB/ ADOR/ MODI/ ADVANI

22 VRV SYSTEM DAIKIN/ TOSHIBA/ HITACHI /BLUE STAR /O GNERAL

23 IN LINE FANS CHYSOL,SYSTEM AIR, PENN BARRY

24 CABINET FANS KRUGER, CHYSOL, SYSTEM AIR, PENN BARRY

25 ALUMINIUM GRILLES & DIFFUSERS DYNACRAFT, COMOS, TITUS, AIR MASTER,STULZ

26 OPPOSED BLADE DAMPER DYNACRAFT, COSMOS, RUSKIN,STULZ

27 VOLUME CONTROL DAMPERS DYNACRAFT, COSMOS, RUSKIN, STULZ

28 AIR FILTERS PURE AIR, AIRTECH, THERMODYNE.

29 CONTROLS JOHNSONS CONTROLS, SIEMENS,SCHNEIDER,HONEYWELL

30 VARIABLE SPEED DRIVES DANFOSS, SIEMENS, ABB, SCHNEIDER

31 INSULATION: UP TWIGA, KIMCO, FIBRE GLASS

32 CLOSE CELL NITRIDE RUBBER ARMAFLEX, K-FLEX

33 VIBRATION ISOLATION PADS RESISTOFLEX.

34 VIBRATION ISOLATORS DUNLOP, CORI, RESISTOFLEX.

35 INSULATED FLEXIBLE DUCT CARYAIRE, ATCO, SONODEC

Page 236: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 236 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

36 FLEXIBLE DUCT CONNECTORS KLIMA TECH

37 INSTRUMENT TEST PORTS KLIMA TECH

38 AIRFLOW REGULATOR ALDES CAR OR EQUAL

39 GI DUCTING JINDAL, SAIL ,TATA

IBMS Works

S.No. DESCRIPTION LIST OF PREFERRED MAKES

CCTV WORKS

1 IP BASED CCTV CAMERA HONEYWELL / DVETEL / AXIS/ PELCO/HIKVSION /BOSCH/ DAHUA/ SIEMENS / HONEYWELL

2 INDOOR PTZ CCTV CAMERA HONWYWELL / DVETEL / AXIS/ PELCO /HIKVSION /BOSCH/ DAHUA/ SIEMENS / HONEYWELL

3 IP CCTV SOFTWARE MILESTONE / DVETEL/ GENETEC/ NICE/ DAHUA/ SIEMENS / HONEYWELL /HIKVSION

4 VIDEO ANALYTICSSOFTWARE DVETEL/ GENETEC/ NICE/ ALLGOVISION/ DAHUA/ SIEMENS / HONEYWELL/ HIKVSION

5 (MISCELLANEOUS ANALYTICS SOFTWARE,IF REQUIRED)

IOMNISCIENT/ DELOPT/ ALLGOVISION/ NICE/ MILE STONE

6 SERVER / PC/ MONITORS IBM/ HP/ DELL/LENEVO

7 STORAGE BOX (SANBOX) NETAPP / EMC/ HITACHI

8 PROFESSIONAL CCTVMONITORS SAMSUNG/ PANASONIC/ LG/ SONY

9 MANAGED LAN NETWORK SWITCHES CISCO / ALLIED TELLIES/ HP/ JUNIPER/ Brocade

10 POWER SUPPLIES TRANSTECH/ EQUIVALENT LIST ED POWER SUPPLY

ACCESS CONTROL SYSTEM

11 CONTACT LESS ACCESS READERS(PROXIMITY)

HID / HONEYWELL/ ADI/ KABA /SIEMENS/ SIEMENS / HONEYWELL

12 PIN TYPE READERS HID / HONEYWELL/ ADI/ KABA /SIEMENS / SIEMENS / HONEYWELL

13 BIOMETRIC FINGERPRINT SCANNERS BIO SCRIPT/ VIRDI/ SUPREMA/ KABA /SIEMENS / SIEMENS / HONEYWELL

14 HAND GEOMETRY READERS INGERSOLL RAND/ HONEYWELL/ ALLEGIONUS/ KABA /SIEMENS / SIEMENS / HONEYWELL

15 ACCESS CONTROLLERS DDS/ LENEL/ RBH/ SOLUS/ KABA /SIEMENS / SIEMENS / HONEYWELL

16 ACCESS CONTROLSOFTWARE DDS/ LENEL / RBH/ SOLUS/ KABA /SIEMENS / SIEMENS / HONEYWELL

MISCELLANEOUS items

17 METAL FRAME DETECTOR GARRETT / ASTROPHYSICS / RAPISCANSYSTEM

18 HANDHELD EXPLOSIVEDETECTOR SAFRANMORPHO/ SAMARTH / EQUIVALENT PRE APPROVED

19 BAGGAGE SCANNINGSYSTEM SMITH HIEMANN/ ASTROPHYSICS/ RAPISCANSYSTEM/ SMARATH

20 MAIL SCANNER UNIT WEST MINISTER/ SCANA/ SMITH HEIMANN

21 UVSS WITH ANPR SYSTEM KRITIKAL/ ENGINE/ GATE KEEPER SECURITY/ COME PORT

22 BOLLARDS GUNNEBO/ KABA/ MAGNETIC/ YANTRIQ

23 PERIMETER POWERFENCING SYSTEM/ SMART SENSING SYSTEM

SLINGSHOT/ FENCEGUARD/ IBAXGALLAGHER/ YANTRIQ/ SENSTAR

Page 237: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 237 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

24 MULTISTRAND COPPER,FRLS ARM OR ED CABLE

CALIPLAST/ POLYCAB/ KEI/ RRKABEL/ HAVELS/FINOLEX

25 FIBER OPTIC CABLE(APPLICABLE FOR ALL SYSTEMS)

CORNING/ R &M/ PANDUIT/ SCHNEIDER

26 SPECIALLY ARM OR ED CAT6/ CAT6A CABLE(APPLICABLE FOR ALL SYSTEMS)

CORNING/ R &M/ PANDUIT/ SCHNEIDER

27 GI CONDUIT AND FITTINGS BEC / AKG /PRECISSION /STEELKRAFT

28 PERFORATED GI CABLE TRAY,MEDIUM DUTY

PROFAB / INDIANA/ OBO/SLOTCO/PASCO/ENERLAC

29 GI TRUNKING PROFAB / INDIANA/ OBO/ SLOTCO/PASCO/ENERLAC

FIRE ALARM SYSTEM

30 FIRE ALARM PANEL(S) NOTIFIER ONYX/ EST3/ SIEMENS

31 NETWORK REPEATER WITH FIRE FIGHTERS TELEPHONE SYSTEM

NOTIFIER ONYX/ EST3/ SIEMENS

32 GRAPHIC USER INTERFACE SOFTWARE NOTIFIER ONYX/ EST3/ SIEMENS

33 SMOKE DETECTORS(PHOTO/ PHOTO THERMAL)

NOTIFIER ONYX/ EST3/ SIEMENS

34 HEAT DETECTORS NOTIFIER ONYX/ EST3/ SIEMENS

35 BEAM DETECTORS SYSTEMSENSOR/ FIRERAY

36 UV/ IR FLAME DETECTORS HONEYWELL/ DETRONICS/ HOCHIKI

37 RATE COMPENSATED HEAT DETECTORS NOTIFIERONYX/ EST3/ SIEMENS

38 INTERFACE MODULES:MONITOR/ RELAY/ CONTROL/ ZONE MONITOR ETC.

NOTIFIER ONYX/ EST3/ SIEMENS

39 SOUNDERS/ SOUNDER CUM FLASHERS/ STROBES/ ANNUNCIATION DEVICES

NOTIFIER ONYX/ EST3/ SIEMENS

40 MANUAL PULLSTATIONS NOTIFIER ONYX/ EST3/ SIEMENS

41 FIRE WARDEN STATION,FF TELEPHONE JACK,FFT MODULE

NOTIFIER ONYX/ EST3/ SIEMENS

42 FAULT ISOLATOR MODULES NOTIFIER ONYX/ EST3/ SIEMENS

43 ADDRESSABLE POWERSUPPLIES NOTIFIER ONYX/ EST3/ SIEMENS

44 AUTO DIALLER ADT / GE/ HOENYWELL

45 LHS CABLE KIDDE / SYSTEMSENSOR/ PROTECTO WIRE

PUBLIC ADDRESS SYSTEM

46 DIGITAL POWER AMPLIFIER NOTIFIER ONYX/ EST3/ SIEMENS/ BOSCH/ ATEIS

47 CALL STATION NOTIFIER ONYX/ EST3/ SIEMENS/ BOSCH

48 SPEAKERS NOTIFIER ONYX/ EST3/ SIEMENS/ BOSCH

HIGH SENSITIVITY SMOKE DETECTION SYSTEM

49 HIGH SMOKE SENSITIVITY DETECTION UNIT XTRALIS/ AIR SENSE/ SIEMENS

50 HYDROGEN DETECTIONASSEMBLY XTRALIS/ AIR SENSE/ SIEMENS

51 AIR SAMPLING PIPING SCH.40 XTRALIS/ AIRSENSE/ SIEMENS

52 CAPILLARY TUBES & SAMPLING POINTS XTRALIS/ AIR SENSE/ SIEMENS

53 LISTED POWER SUPPLY XTRALIS/ AIRSENSE/ SIEMENS

RODENT REPELLENT SYSTEM

54 SATELLITE / TRANSDUCERS R SCAT/ MASER/ C SYSTEMS/ VERMACRAFT

55 RODENT REPELLANTCONTROLLERS R SCAT/ MASER/ C SYSTEMS/ VERMACRAFT

WATER LEAK DETECTION SYSTEM

56 WLD PANEL WITH LCD DISPLAY TRACETECK/ TTK/ ELSA

57 DISTANCE MEASURINGT YPE WLD CABLE TRACETECK/ TTK/ ELSA

58 DIGITAL DIVERSION BOXES,END TRACETECK/ TTK/ ELSA

Page 238: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 238 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

CONNECTORS

EMERGENCY LIGHTING SYSTEM

59 CENTRAL BATTERY SYSTEM PANEL TEKNOWARE/ STP/ BARDIC/ INNOWARE

60 INTELLIGENT MODULES TEKNOWARE/ STP/ BARDIC/ INNOWARE

61 EMERGENCY LUMINARIES TEKNOWARE/ STP/ BARDIC/ INNOWARE/ Legrand

62 EXIT LUMINARIES TEKNOWARE/ STP/ BARDIC/ INNOWARE/ legrand

FIRE SUPPRESSION SYSTEM

63 NOVEC 1230 GAS 3M CORP,USA / SIEMENS / KIDDEE

64 CYLINDER WITH VALVE(OEM FACTORY FILLED) UL LISTED AND CCOE APPROVED

ANSUL/ TYCO/ UTC / SIEMENS

65 ELECTRICAL ACTUATOR ANSUL/ TYCO/ UTC / SIEMENS

66 MANUAL ACTUATOR ANSUL/ TYCO/ UTC / SIEMENS

67 PNEUMATIC ACTUATOR ANSUL/ TYCO/ UTC / SIEMENS

68 DISCHARGE HOSES ANSUL/ TYCO/ UTC / SIEMENS

69 ACTUATION HOSES ANSUL/ TYCO/ UTC / SIEMENS

70 MANIFOLD CHECK VALVES ANSUL/ TYCO/ UTC / SIEMENS

71 NOZZLES ANSUL/ TYCO/ UTC / SIEMENS

72 LOW PRESSURE SWITCH ANSUL/ TYCO/ UTC / SIEMENS

73 NITROGEN PILOT CYLINDER AND VALVE ASSEMBLY & PRESSURE GAUGE

ANSUL/ TYCO/ UTC / SIEMENS

74 DISCHARGE PRESSURESWITCH ANSUL/ TYCO/ UTC / SIEMENS

75 PIPING ASTMA 106 GR.BSCH 40 & SCH.80 INDIAN SEAMLESS/ MAHARASHTRA SEAMLESS / SIEMENS

76 “UL LISTED” GAS RELEASE PANEL, WITH PROGRAMMABLE RELAY MODULES & BUILT-IN LISTED POWER SUPPLY

NOTIFIER / FENWAL/ SIMPLEX/ SYNERGY / SIEMENS

77 “UL LISTED” DUAL ACTION MANUAL RELEASE STATION

NOTIFIER / FENWAL/ SIMPLEX/ SYNERGY / SIEMENS

78 “ULLISTED” DEAD MAN TYPE ABORT SWITCH

NOTIFIER / FENWAL/ SIMPLEX/ SYNERGY / SIEMENS

79 CIRCUIT INTEGRITY CABLES FOR FIRE ALARM/ VOICE EVACUATION / UPPRESSION/ HSSD;AS PER PERNEC 760,CONFIRMING TO BS6387

CALIPLAST/ KEI/ BELDON

BUILDING MANAGEMENT SYSTEM

80 BMS SERVER PC HP/ DELL/ IBM / ATHENTA TECHNOLOGIES

81 BMS CLIENT PC HP/ DELL/ IBM /ATHENTA TECHNOLOGIES

82 UNIFIED PLATFORM GUI SOFTWARE TRIDIUM/ SCHNEIDER/ HONEYWELL EBI/ INDUSOFT /ATHENTA TECHNOLOGIES

83 FACILITY MANAGEMENTSUITE TRIDIUM/ SCHNEIDER/ HONEYWELL EBI/ EVON /ATHENTA TECHNOLOGIES

84 HANDHELD PORTABLEOPERATOR TERMINAL(POT)

SCHNEIDER / HONEYWELL / EASY IO / BACKHOFF /ATHENTA TECHNOLOGIES

85 DDC CONTROLLER / PROTOCOL INTEGRATOR SCHNEIDER / HONEYWELL / EASY IO / BACKHOFF /ATHENTA TECHNOLOGIES

86 IMMERSION TEMPERATURE SENSOR SCHNEIDER/ HONEYWELL / GREYSTONE / DWYER/ SONTAY

87 OUT SIDE AIR TEMP/ RH SENSOR. SCHNEIDER/ HONEYWELL / GREYSTONE /

Page 239: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 239 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

DWYER/ SONTAY

88 SPACE AIR TEMP / RH SENSOR. SCHNEIDER/ HONEYWELL / GREYSTONE / DWYER/ SONTAY

89 DUCT TYPE TEMP SENSORS SCHNEIDER/ HONEYWELL / GREYSTONEDWYER/ SONTAY

90 LIQUID DIFFERENTIAL PRESSURE SWITCHES SCHNEIDER/ HONEYWELL / GREYSTONEDWYER/ SONTAY

91 VELOCITY SENSOR SCHNEIDER/ HONEYWELL / GREYSTONEDWYER/ SONTAY

92 LEVEL SWITCHES HONEYWELL/ GREYSTONE / FILPRO

93 AIR DIFFERENTIAL PRESSURE SWITCH SCHNEIDER/ HONEYWELL / GREY STONE DWYER/ SONTAY

94 NETWORKING ROUTERS CISCO / ALLIED TELLIES/ JUNIPER/ HP

95 NETWORKING SWITCHES CISCO / ALLIED TELLIES/ JUNIPER/ HP

96 EQUIPMENTRACKS WQ/ SCHNEIDER/ RITTAL

97 NO2SENSOR SCHNEIDER/ HONEYWELL/ DANFOSS

98 SO2SENSOR SCHNEIDER/ HONEYWELL / DANFOSS

99 DEW POINT CUM TEMPERATURE SENSOR HONEYWELL/ VAISALA/ GREYSTONE

100 HYDROGEN SENSOR / PH METER / TDS METER / DEW POINT SENSOR

OMICRON

101 UTP cables for BMS SCHNEIDER / COMMSCOPE / PANDUIT /SIMON / NEXAN / CORNING

AISLE CONTAINMENT

S. No. DESCRIPTION LIST OF PREFERRED MAKES

1 AISLE CONTAINMENT WQ/ RITTAL/ SCHNEIDER

DCIM

S. No DESCRIPTION LIST OF PREFERRED MAKES

1 DCIM EMERSON/ SCHNEIDER/ ATHENTA TECHNOLOGIES

FIRE HYDRENT AND SPRINKLER SYSTEM

SECURITY SYSTEMS

S.No. DESCRIPTION LIST OF PREFERRED MAKES

1 BMS Honeywell (Trend) , SIEMENS , EASY IO , SCHNEIDER , l&T, JOHNSON CONTROL

2 ELECTRO MAGNETIC LOCK

BELL/Dafika/Trimac /KABA

3 BOLLARD URBACO (ITALY) / FAAC ( ITALY)/ MAGNATIC CONTROL ( GERMANY)/ AUTOMATIC SYSTEMS

4 TURNSTILE URBACO (ITALY) / FAAC ( ITALY)/ MAGNATIC CONTROL ( GERMANY)/AUTOMATIC SYSTEMS

5 FULL HEIGHT TURNSTILE

CAME / FAAC/ MAGNATIC CONTROL( GERMANY ) / SIVANANDA/ AUTOMATIC SYSTEMS

6 FLAP GATES CAME (ITALY) / FAAC ( ITALY)/ MAGNATIC CONTROL ( GERMANY)/

33 FIRE EXTINUISHER MINIMAX /CEASE FIRE /SUPREMEX /KANEX

34 POWER / CONTROL CABLES POLYCAB / KEI / RR/ FINOLEX

35 LOCALISED FIRE SUPPRESSION DEVICES SUPREMAX

Page 240: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 240 of 265

S.No. DESCRIPTION LIST OF PREFERRED MAKES

AUTOMATIC SYSTEMS

7 BOOM BARRIER CAME (ITALY) / FAAC ( ITALY)/ MAGNATIC CONTROL ( GERMANY)/ AUTOMATIC SYSTEMS

8 SLIDING GATES Came / FAAC/ NICE/ AUTOMATIC SYSTEMS

9 NOVEC Tyco/ UTC / Siemens

10 WATER MIST SYSTEM Tyco/ Fogtec/ Minimax / Equiv

S.No. DESCRIPTION LIST OF PREFERRED MAKES

1 SIGNAL CABLING & COMMUNICATION CABLING

POLYCAB/ VARSHA/ FINOLEX/KENTER

2 COMMUNICATION CABLE

POLYCAB/ / FINOLEX/KENTER

3 BMS HONEYWELL (TREND) / JOHNSON CONTROLS / SIEMENS / SCHNEIDER / EASY IO / L&T

4 CCTV SYSTEM AXIS / BOSCH / PELCO / HIKVISION

5 NETWORK SWITCHES BROCADE /CISCO/HP

6 LAYER-3 24-PORT 10/100/1000 FULLY MANAGED STACKABLE NETWORK SWITCH

BROCADE /CISCO/HP

7 LAN (PASSIVE CABLING) CABLES AND ACCESSORIES

SYSTIMAX (COMMSCOPE) / SIMON / NEXAN / CORNING / PANDUIT

8 CABLES AND ACCESSORIES SIMON / NEXAN / CORNING / SCHNEIDER / SYSTIMAX (COMMSCOPE) / PANDUIT

9 VIDEO MANAGEMENT SOFTWARE MILESTONE/ NICE /EQUIVALENT

10 VIDEO MANAGEMENT HARDWARE SYSTEM SPECIFICATIONS

HP/ DELL/ LENOVO

11 ACCESS CONTROL SYSTEM HID, HONEYWELL, BOSOH, SIEMENS

12 ELECTRO MAGNETIC LOCK BELL/DAFIKA/TRIMAC

13 FIRE DETECTION PANEL HONEYWELL / NOTIFIER / SIEMENS

14 PUBLIC ADDRESS SYSTEM VOICE ALARM CONTROLLER, AMPLIFIER, SPEAKER

BOSCH / ATEIS

15 PUBLIC ADDRESS SYSTEM SIGNAL CABLES

DELTON/ POLYCAB/ FINOLEX/RR

16 PUBLIC ADDRESS SYSTEM RACK

RITTAL/ /SCHNEIDER -APC/EMERSON

17 NOVEC TYCO/ UTC / SIEMENS

18 RACKS SCHNEIDER / RITTAL / WQ

19 INTELLIGENT PDUS RITTAL / WQI / SCHNEIDER/ SERVERTECH/ TIM

20 CABLE MANAGEMENT WIRE BASKET SOLUTION / FIBER CABLE MANAGEMENT SYSTEM

TE CONNECTIVITY / LEGRAND

Note:

The mentioning of particular make under acceptable makes does not fulfil automatically for acceptance. The make shall comply all the particular technical specifications, item of work and other conditions of the Contract.

Either the model shall be got approved or sample shall be submitted for approval by Engineering-charge before confirming any order to supplier by the contractor.

Page 241: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 241 of 265

For any item not covered in the above list, the contractor shall get the samples and make approved from the Engineer-Incharge before the supply is made.

Page 242: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 242 of 265

ANNEXURE-15: LISTS OF MAKES TO BE OFFERED BY BIDDER {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

S.No. Description MAF To be submitted By Bidder

Electrical Works

1 HV CIRCUIT BREAKERS

2 HT PANELS

3a LV SWITCHGEAR

3b LV PANELS

4 TRANSFORMER

5 BUSWAY/ BUSDUCT (SANDWICH)

6 UPS

7 DIESEL GENERATOR OEM

8 ENGINE

9 ALTERNATOR

HVAC Works

10 PAC

IBMS Works

CCTV

11 CCTV CAMERA

12 FIRE ALARM PANEL(S) & Detectors

13 RODENT REPELLANTCONTROLLERS

14 WLD PANEL WITH LCD DISPLAY

15 BMS SERVER PC

16 BMS CLIENT PC

DCIM

17 DCIM

Other Items

18 Racks & Aisle Containment

19 IPDU

20 LAN (Passive Cabling)

Page 243: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site (Design, Build, Operate & Maintain), Jodhpur

Page 243 of 265

ANNEXURE-16-A: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION EXPERIENCE {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

Criteria S.

No.

Name of

Client

Project Cost

Year of Execution

Details of testimonials attached (work

order/contract/client certificate)

Page number where

the work order is

provided

Bidder’s experience in setting-up minimum three (3) Data centers of at least project cost 10 Cr. Each in India, Setting-up Data Centers would mean where the bidder has setup, installed and commissioned all IT and Non-IT components of the data center during the last five (5) years (2011-2012 to 2015-2016)

Note: The duration from April 2016 till bid submission date shall also be considered for technical evaluation.

1.

2.

3.

Page 244: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

State Data Center [Disaster Recovery Site (DRC)] at Jodhpur, Rajasthan

Page 244 of 265

ANNEXURE-16-B: FORMAT FOR SUBMISSION OF PROJECT REFERENCES FOR PRE-QUALIFICATION EXPERIENCE {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

Criteria S.

No.

Name of

Client

Project Cost

Year of Execution

Details of testimonials attached

(work order/contract/client

certificate)

Page number

where the work order is provided

Bidder’s experience in providing Facility management services of at least project cost of 1 Cr per annum for minimum three (3) Data centers Each in India, Facility Management would mean where the bidder has provided comprehensive operations / maintenance services towards all IT/Non-IT components of the data center during the last five (5) years (2011-2012 to 2015-2016) Note: The duration from April 2016 till bid submission date shall also be considered for technical evaluation.

1.

2.

3.

Page 245: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

State Data Center [Disaster Recovery Site (DRC)] at Jodhpur, Rajasthan

Page 245 of 265

ANNEXURE-16-C: CERTIFICATION {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign. & HR Head}

CDCS / CSCP Certification

S. No. Details Person-1 Person-2 Person-3 Person-4 Person-5

1. Person Name

2. Position held in Firm

3. Mobile Number

4. Email ID

5. Age

6. Certification Name

7. Certification ID

8. Education

9. Technical Work Experience

Date: Signature of HR:

Page 246: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

State Data Center [Disaster Recovery Site (DRC)] at Jodhpur, Rajasthan

Page 246 of 265

ANNEXURE-17: FINANCIAL BID COVER LETTER & FORMAT {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.} COVER LETTER To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Reference: NIB No. : ___________________________________ Dated: __________ Dear Sir, We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same. I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties. I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements. I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document. I / We agree to abide by this bid for a period of 90 days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief. We understand that you are not bound to accept the lowest or any bid you may receive. We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard. Date: Authorized Signatory Name: Designation:

Page 247: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site (Design, Build, Operate & Maintain), Jodhpur

Page 247 of 265

ANNEXURE-18: BANK GUARANTEE FORMAT {To be submitted by the bidder’s bank only if bank guarantee submission is allowed in this bidding document} BANK GUARANTEE FORMAT – BID SECURITY (To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)

To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Sir, 1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no.

<Please specify> M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as mentioned in the bidding document. It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated _________ issued by DoIT&C, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “DoIT&C”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from the date of submission of bid). It may be extended if required in concurrence with the bid validity. And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees <in words>)> to the DoIT&C as bid security deposit.

2. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………... (hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the DoIT&C of the said guaranteed amount without any demur, reservation or recourse.

3. We, the aforesaid bank, further agree that the DoIT&C shall be the sole judge of and as to whether the Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the DoIT&C on account thereof to the extent of the Bid security required to be deposited by the Bidder in respect of the said bidding document and the decision of the DoIT&C that the Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the DoIT&C shall be final and binding on us.

4. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the DoIT&C and it is further declared that it shall not be necessary for the DoIT&C to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the DoIT&C may have obtained or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.

Page 248: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 248 of 265

5. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,

registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted.

6. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to

extend the period of this guarantee on the request of our constituent under intimation to you.

7. The right of the DoIT&C to recover the said amount of <Rs. ______________ (Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..

8. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to <Rs.

______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period i.e. <please specify> days from the last date of bid submission and unless a demand or claim under the guarantee is made on us in writing within three months after the Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.

9. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby

submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count.

10. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the

Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour.

Date ………………… (Signature) ………………………………………. Place ………………… (Printed Name) …………………………………. (Designation) …………………………………… (Bank’s common seal) …………………………. In presence of: WTTNESS (with full name, designation, address & official seal, if any) (1) ……………………………………… ……………………………………… (2) ……………………………………… ……………………………………… Bank Details Name & address of Bank: Name of contact person of Bank: Contact telephone number: GUIDELINES FOR SUBMISSION OF BANK GUARANTEE The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered valid: - 1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the

name of the bank.

Page 249: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 249 of 265

2. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if any).

3. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons mentioning their full name and address.

4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only.

5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as non-valid.

6. The contents of Bank Guarantee shall be strictly as per format prescribed by DoIT&C.

7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.

8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee.

9. Bank should separately send through registered post/courier a certified copy of Bank Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:

BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG) (To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan) To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

1. In consideration of the Department of IT&C, Govt. of Rajasthan (hereinafter called "DoIT&C") having agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under the terms and conditions of an Work Order / Letter of Intent (LoI) No...................................dated .....................made between the DoIT&C and .......................(Contractor) for the work ................. of Performance security for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said work order, on production of a Bank Guarantee for Rs...................(Rupees ........................................only), we ...................(indicate the name of the Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the DoIT&C an amount not exceeding Rs...................(Rupees..................................only) on demand.

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................

(Rupees............................only), the amounts due and payable under this guarantee without any demur or delay, merely on a demand from the DoIT&C. Any such demand made on the bank by the DoIT&C shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of the DoIT&C and us....................... (Indicate the name of Bank), bound ourselves with all directions given by DoIT&C regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees....................only).

Page 250: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 250 of 265

3. We.......................(indicate the name of Bank), undertake to pay to the DoIT&C any money so

demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute, unequivocal and unconditional.

4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein

contained shall remain in full force and effective up to <DATE> and that it shall continue to be enforceable for above specified period till all the dues of DoIT&C under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the DoIT&C certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We ...........................(indicate the name of Bank) further agree with the DoIT&C that the DoIT&C shall

have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said work order or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the DoIT&C against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said work order and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the DoIT&C or any indulgence by the DoIT&C to the said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have effect of so relieving us.

6. The liability of............................. (Indicate the name of Bank), under this guarantee will not be

discharged due to the change in the constitution of the Bank or the contractor(s). 7. We.............................. (Indicate the name of Bank), lastly undertake not to revoke this guarantee

except with the previous consent of the DoIT&C in writing. 8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by

the DoIT&C. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs........................... (Rupees..............................only).

9. It shall not be necessary for the DoIT&C to proceed against the contractor before proceeding against

the Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the DoIT&C may have obtained or obtain from the contractor.

10. We.............................. (Indicate the name of Bank) verify that we have a branch at Jaipur, Rajasthan.

We undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur, Rajasthan. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day.

11. We hereby confirm that we have the power(s) to issue this guarantee in your favour under the

memorandum and articles of Association/ constitution of our bank and the undersigned is/ are the recipient of authority by express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney issued by the bank.

Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)

Signature

(Name & Designation)

Page 251: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 251 of 265

Bank's Seal

The above performance Guarantee is accepted by the DoIT&C For and on behalf of the DoIT&C

Signature

(Name & Designation)

Page 252: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 252 of 265

ANNEXURE-19: DRAFT AGREEMENT FORMAT {To be mutually signed by selected bidder and procuring entity} This Contract is made and entered into on this ______day of ________, 2017 by and between Department of Information Technology & Communications, Govt. of Rajasthan, having its head office at IT Building Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ DoIT&C) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on ONE PART And M/s__________________, a company registered under _______________ with its registered office at _____________________ (herein after referred as the “Successful Bidder/ Successful bidder”) which term or expression, unless excluded by or repugnant to the subject or context, shall include his successors in office and assignees on the OTHER PART. Whereas, Purchaser is desirous of appointing an agency for <project title>as per the Scope of Work and Terms and Conditions as set forth in the RFP document dated _________ of <NIB No _________________>. And whereas The successful bidder represents that it has the necessary experience for carrying out the overall work as referred to herein and has submitted a bid and subsequent clarifications for providing the required services against said NIB and RFP document issued in this regard, in accordance with the terms and conditions set forth herein and any other reasonable requirements of the Purchaser from time to time. And whereas Purchaser has accepted the bid of successful bidder and has placed the Work Order / Letter of Intent (LoI) vide Letter No. __________________dated _______, on which M/s__________ has given their acceptance vide their Letter No._____________ dated ____________. And whereas The successful bidder has deposited a sum of Rs. ________________/- (Rupees _________________) in the form of __________________ ref no. _________________ dated ______________ of ____________ Bank and valid up to _____________ as performance security for the due performance of the contract. Now it is hereby agreed to by and between both the parties as under: -

1. The NIB Ref. No. ____________________________ dated ___________ and RFP document dated _________ issued by DoIT&C along with its enclosures/ annexures, wherever applicable, are deemed to be taken as part of this contract and are binding on both the parties executing this contract.

2. In consideration of the payment to be made by DoIT&C to successful bidder at the rates set forth in the work order no. ____________________ dated_________ will duly supply the said articles set forth in “ANNEXURE- : Bill of Quantity” thereof and provide related services in the manner set forth in the RFP, along with its enclosures/ annexures and Technical Bid along with subsequent clarifications submitted by successful bidder.

3. The DoIT&C do hereby agree that if successful bidder shall duly supply the said articles and provide related services in the manner aforesaid observe and keep the said terms and conditions of the RFP and Contract, the DoIT&C will pay or cause to be paid to successful bidder, at the time and the manner set forth in the said conditions of the RFP, the amount payable for each and every project milestone & deliverable. The mode of Payment will be as specified in the RFP document.

Page 253: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 253 of 265

4. The timelines for the prescribed Scope of Work, requirement of services and deployment of technical resources shall be effected from the date of work order i.e. ____________ and completed by successful bidder within the period as specified in the RFP document.

5. In case of extension in the delivery and/ or installation period/ completion period with liquidated damages, the recovery shall be made on the basis of following percentages of value of stores/ works which successful bidder has failed to supply/ install/ complete: -

A Time Span of full Stipulated period

1/4th (………..days)

1/2th (……….days)

3/4th (………..days)

Full (………..days)

B Work to be completed in terms of money

1/8th (Rs………..)

3/8th (Rs…………)

3/4th (Rs…………..)

Full (Rs……………)

C Compensation payable by the contractor for delay attributable to the attributable to stage

2.5% of Scheduled work remained unexecuted on the last days of (1/4) time span

5% of Scheduled work remained unexecuted on the last day of (1/2) time span

7.5% of Scheduled work remained unexecuted on the last days of (3/4) span

10% of Scheduled work remained unexecuted on the last day of Contracted Full period

Note: In case delayed period over a particular span is split up and is jointly attributable to government and contractor, the competent authority may reduce the compensation in proportion of delay attributable to government over entire delayed over that span after clubbing up the split delays attributable to government and this reduced compensation would be applicable over the entire delayed period without paying any escalation. Following illustration is given [i] First time span is for 6 months, delay is of 30 days which split over as under Sdays [attributable to government] + Sdays[attributable to contractor] + Sdays[attributable to government]+ Sdays[attributable to contractor]+ Sdays [attributable to government] ]+ Sdays[attributable to contractor]. Total delay is thus clubbed to 15 days [attributable to government] and 15 days [attributable to contractor]. The normal compensation of 30 days as per clause 2 of agreement is 2.5 which can be reduced as 2.5 15/301.25 over 30 days without any escalation by competent authority. The contractor shall, further, be bound to carry out the work in accordance with the date and quantity entered in the progress statement attached to the tender. In case the delay in execution of work is attributable to the contractor, the span wise compensation, as laid down in this clause shall be mandatory. However in case the slow progress in on time span is covered up within original stipulated period then the amount of such compensation levied earlier shall be refunded. The price escalation, if any, admissible under clause 45 of Conditions of Contract would be admissible only on s: h rates and cost of work, as would be admissible if work would have been carried out in that particular time span. The Engineer-in-charge shall review the progress achieved in every time span, and grant stage wise extension in case of slow progress with compensation, if the delay is attributable to contractor, otherwise without compensation. However, if for any special job, a time schedule has been submitted by the contractor before execution of the agreement and it is entered in agreement as well as same has been accepted by the Engineer-in-charge or Tendering Authority the contractor shall complete the work within the said time schedule. In the event of the contractor failing to comply with this condition, he shall be liable to pay compensation as this clause shall not exceed 10% of the value of the contract. While granting extension in time attributable to the Government, reasons shall be recorded for each delay.

Page 254: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 254 of 265

6. All disputes arising out of this agreement and all questions relating to the interpretation of this agreement shall be decided as per the procedure mentioned in the RFP document.

In witness whereof the parties have caused this contract to be executed by their Authorized Signatories on this _____day of _______________, 2016.

Signed By: Signed By:

( ) Designation:, Company:

The Technical Director, Department of IT&C, Govt. of Rajasthan

In the presence of:

In the presence of:

( ) Designation: Company:

() Designation: Department of IT&C, Govt. of Rajasthan

( ) Designation: Company:

() Designation: Department of IT&C, Govt. of Rajasthan

{to be submitted by the bidder’s bank} BANK GUARANTEE FORMAT – BID SECURITY (To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)

To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj). Sir, 11. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB reference no.

<Please specify> M/s. …………………………….. (Name & full address of the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to participate in the said procurement/ bidding process as mentioned in the bidding document.

Page 255: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 255 of 265

It is a condition in the bidding documents that the Bidder has to deposit Bid Security amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No. _______________ dated _________ issued by DoIT&C, IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “DoIT&C”) by a Bank Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from the date of submission of bid). It may be extended if required in concurrence with the bid validity. And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs. ______________ (Rupees <in words>)> to the DoIT&C as bid security deposit.

12. Now, therefore, we the ……………………………….…… (Bank), a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch Office at…………………... (hereinafter referred to as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing by the DoIT&C of the said guaranteed amount without any demur, reservation or recourse.

13. We, the aforesaid bank, further agree that the DoIT&C shall be the sole judge of and as to whether the Bidder has committed any breach or breaches of any of the terms costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the DoIT&C on account thereof to the extent of the Bid security required to be deposited by the Bidder in respect of the said bidding document and the decision of the DoIT&C that the Bidder has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the DoIT&C shall be final and binding on us.

14. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect until it is released by the DoIT&C and it is further declared that it shall not be necessary for the DoIT&C to proceed against the Bidder before proceeding against the Bank and the Guarantee herein contained shall be invoked against the Bank, notwithstanding any security which the DoIT&C may have obtained or shall be obtained from the Bidder at any time when proceedings are taken against the Bank for whatever amount that may be outstanding or unrealized under the Guarantee.

15. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax,

registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted.

16. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to

extend the period of this guarantee on the request of our constituent under intimation to you.

17. The right of the DoIT&C to recover the said amount of <Rs. ______________ (Rupees <in words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..

18. Notwithstanding anything stated above, our liability under this guarantee shall be restricted to <Rs.

______________ (Rupees <in words>)> and our guarantee shall remain in force till bid validity period i.e. <please specify> days from the last date of bid submission and unless a demand or claim under the guarantee is made on us in writing within three months after the Bid validity date, all your rights under the guarantee shall be forfeited and we shall be relieved and discharged from all liability thereunder.

19. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby

submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit or action or

Page 256: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 256 of 265

other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count.

20. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the

Memorandum and Articles of Association/ Constitution of our bank and the undersigned is/are the recipient of authority by express delegation of power/s and has/have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour.

Date ………………… (Signature) ………………………………………. Place ………………… (Printed Name) …………………………………. (Designation) …………………………………… (Bank’s common seal) …………………………. In presence of: WTTNESS (with full name, designation, address & official seal, if any) (1) ……………………………………… ……………………………………… (2) ……………………………………… ……………………………………… Bank Details Name & address of Bank: Name of contact person of Bank: Contact telephone number: GUIDELINES FOR SUBMISSION OF BANK GUARANTEE The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot be considered valid: - 10. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value purchased in the

name of the bank.

11. Two persons should sign as witnesses mentioning their full name, designation, address and office seal (if any).

12. The Executor (Bank Authorities) may mention the power of attorney No. and date of execution in his/ her favour authorizing him/ her to sign the document. The Power of Attorney to be witnessed by two persons mentioning their full name and address.

13. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial Bank only.

14. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months of the purchase of such stamp paper shall be treated as non-valid.

15. The contents of Bank Guarantee shall be strictly as per format prescribed by DoIT&C.

16. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G. number.

17. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee.

Page 257: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 257 of 265

18. Bank should separately send through registered post/courier a certified copy of Bank Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser at the following address:

BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG) (To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan) To, The Technical Director, Department of Information Technology & Communications (DoIT&C), IT Building, Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

1. In consideration of the Department of IT&C, Govt. of Rajasthan (hereinafter called "DoIT&C") having agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the demand, under the terms and conditions of an Work Order / Letter of Intent (LoI) No...................................dated .....................made between the DoIT&C and .......................(Contractor) for the work ................. of Performance security for the due fulfilment by the said Contractor (s) of the terms and conditions contained in the said work order, on production of a Bank Guarantee for Rs...................(Rupees ........................................only), we ...................(indicate the name of the Bank), (hereinafter referred to as "the Bank") at the request of ..................Contractor(s) do hereby undertake to pay to the DoIT&C an amount not exceeding Rs...................(Rupees..................................only) on demand.

2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................

(Rupees............................only), the amounts due and payable under this guarantee without any demur or delay, merely on a demand from the DoIT&C. Any such demand made on the bank by the DoIT&C shall be conclusive as regards the amount due and payable by the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of the DoIT&C and us....................... (Indicate the name of Bank), bound ourselves with all directions given by DoIT&C regarding this Bank Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...................... (Rupees....................only).

3. We.......................(indicate the name of Bank), undertake to pay to the DoIT&C any money so

demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our liability under these presents being absolute, unequivocal and unconditional.

4. We.....................(indicate the name of Bank) further agree that the performance guarantee herein

contained shall remain in full force and effective up to <DATE> and that it shall continue to be enforceable for above specified period till all the dues of DoIT&C under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the DoIT&C certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We ...........................(indicate the name of Bank) further agree with the DoIT&C that the DoIT&C shall

have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said work order or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the DoIT&C against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said work order and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s)

Page 258: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 258 of 265

or for any forbearance, act or omission on the part of the DoIT&C or any indulgence by the DoIT&C to the said Contractor(s) or by any such matter or thing whatsoever which would but for this provision, have effect of so relieving us.

6. The liability of............................. (Indicate the name of Bank), under this guarantee will not be

discharged due to the change in the constitution of the Bank or the contractor(s). 7. We.............................. (Indicate the name of Bank), lastly undertake not to revoke this guarantee

except with the previous consent of the DoIT&C in writing. 8. This performance Guarantee shall remain valid and in full effect, until it is decided to be discharged by

the DoIT&C. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs........................... (Rupees..............................only).

9. It shall not be necessary for the DoIT&C to proceed against the contractor before proceeding against

the Bank and the guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the DoIT&C may have obtained or obtain from the contractor.

10. We.............................. (Indicate the name of Bank) verify that we have a branch at Jaipur, Rajasthan.

We undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur, Rajasthan. If the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank Guarantee shall expire on the close of the next working day.

11. We hereby confirm that we have the power(s) to issue this guarantee in your favour under the

memorandum and articles of Association/ constitution of our bank and the undersigned is/ are the recipient of authority by express delegation of power(s) and has/have full power(s) to execute this guarantee for the power of attorney issued by the bank.

Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)

Signature

(Name & Designation) Bank's Seal

The above performance Guarantee is accepted by the DoIT&C

For and on behalf of the DoIT&C

Signature (Name & Designation)

Page 259: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 259 of 265

ANNEXURE-20: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2013 Appeal No ………of …………… Before the ………………………… (First/ Second Appellate Authority) First Appellate Authority is Principal Secretary, IT&C, GoR, Jaipur Second Appellate Authority is Secretary (Budget), Finance Department, GoR, Jaipur 1. Particulars of appellant:

a. Name of the appellant: <please specify> b. Official address, if any: <please specify> c. Residential address: <please specify>

2. Name and address of the respondent(s): a. <please specify> b. <please specify> c. <please specify>

3. Number and date of the order appealed against and name and designation of the officer/ authority who passed the order (enclose copy), or a statement of a decision, action or omission of the procuring entity in contravention to the provisions of the Act by which the appellant is aggrieved: <please specify>

4. If the Appellant proposes to be represented by a representative, the name and postal address of the representative: <please specify>

5. Number of affidavits and documents enclosed with the appeal: <please specify> 6. Grounds of appeal (supported by an affidavit): <please specify> 7. Prayer: <please specify> Place ……………………………………. Date ……………………………………

Page 260: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 260 of 265

ANNEXURE-21: BIDDER’S DETAILS {To be submitted by the bidder only on his Letter Head duly signed by Auth. Sign.}

1. Name of Bidder

2. Name of Contact Person

3. Registered Office Address

4. Address of the bidder from which bid is submitted

5. Year of Establishment

6. Type of Firm Public Limited Private Limited Others

Put Tick( ) mark

7. Telephone Number(s)

8. Email Address/ Website Email: Web-Site:

9. Fax No.

10. Mobile/ Pager Number Mobile: Pager:

11. Service Tax No.

12. VAT/CST No:

13. PAN NO:

14. Area of Specialization

Page 261: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 261 of 265

ANNEXURE-22: INDICATIVE CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT

This confidentiality and non-disclosure agreement (“Agreement”) is made on this _____________day of ____, 2017

BETWEEN

Department of Information Technology & Communications, Govt. of Rajasthan, having its head office at IT Building Yojana Bhawan Campus, Tilak Marg, C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ DoIT&C, which expression shall, unless repugnant to the context hereof or excluded specifically, mean and include its successors, assigns and administrators) of the FIRST PART,

AND Company Name, India (hereinafter referred to as ‘Successful Bidder/ Successful bidder/System

Integrator’, which expression shall, unless repugnant to the context hereof or excluded specifically, mean and include its successors, assigns and administrators) of the SECOND PART. WHEREAS a. The DoIT&C wishes to appoint an agency for Selecting Agency for establishment and maintenance of

Disaster Recovery Site (Design, Build, Operate & Maintain), Jodhpur. For the purpose there will be a requirement to exchange certain information related to or hosted in State Data Centre (SDC) or Disaster Recovery (DR) Site which is proprietary and confidential information.

b. The DoIT&C is willing to disclose such information to only on the terms and conditions contained in this Agreement. The SI agrees to hold the Covered Data and Information in strict confidence. SI shall not use or disclose Covered Data and Information received from or on behalf of Government of Rajasthan/DoIT&C except as permitted or required by the Agreement, or as otherwise authorized in writing by DoIT&C.

NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS: 1. Definition: In this agreement unless the contest otherwise requires:

1.1. "Confidential Information" shall mean a) any and all information concerning Data Centre (DC), Disaster Recovery (DR) Site or any other

successor, b) any and all trade secrets or other confidential or proprietary information related and hosted in

Data Centre (DC) and Disaster Recovery (DR) Site c) Passwords of IT/Non IT equipments of DC, user identifications, or other information that may

be used to access information systems, networking diagrams, technical specifications of IT/Non IT equipments, policies of firewall/IDs/IPS /routers /switches and information hosted on IT equipments in DC and Disaster Recovery (DR) Site.

1.2. Proprietary Information shall mean as technical data and other information (including but not limited to digital data, products, substances, organisms, technology, research results or plans, system processes, workflows, know-how, reports, descriptions, drawings, design, compositions, strategies, trade secrets, business and financial information, and computer software) in whatever form, which is related or hosted with Data Centre (DC)& Disaster Recovery (DR) Site and is disclosed or delivered by the First Party to the Second Party, whether by means of written or oral disclosure or otherwise.

2. Limitations on Use and Disclosure of Confidential and Proprietary Information

2.1. Confidential and Proprietary Information disclosed by the DoIT&C and/or other departments/PSU whose data are hosted in DC shall be used by the SI solely for the purpose of fulfilment of the obligation and work assigned to it as per order no. _______________and shall not otherwise be used for his benefit or otherwise. All information encountered in the performance of duties shall be treated as confidential unless and until advised otherwise by DoIT&C or its representative.SI shall not share, record, transmit, alter, or delete information residing/hosted in the information systems except as required in performance of the job duties.

Page 262: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 262 of 265

2.2. Confidential and Proprietary Information shall not be copied or reproduced by the SI without the express written permission of the DoIT&C, except for such copies as may be reasonably required for accomplishment of the purpose stated in the tender no. _________________________.

2.3. Confidential and Proprietary Information shall be disclosed only to the Director or employees of the SI who have a 'need to know' in connection with the purpose stated above, and who additionally agree to the nondisclosure requirements of this Agreement. Any further disclosure of confidential and Proprietary Information by the SI shall be treated as a breach of this Agreement by the SI.

2.4. Confidential and Proprietary Information shall not be disclosed by the SI to any third party without the prior written consent of the First Party.

2.5. This Agreement shall not restrict disclosure or use of Confidential and Proprietary Information which: a. was in the public domain at the time of disclosure or thereafter enters the public domain

through no breach of this Agreement by the SI; or b. was, at the time of receipt, otherwise known to the SI without restriction as to use or

disclosure; or c. becomes known to the SI from a source other than the DoIT&C and/or other

departments/PSU without a breach of this Agreement by the SI; or d. is developed independently by the SI without the use of Proprietary Information disclosed to

it hereunder; or e. Is otherwise required to be disclosed by law.

3. Business Obligation:

3.1. During the complete contract period and even after 3 years of the expiry of the agreement, the SI shall not a. Disclose Confidential Information in any manner or form to any person other than its own

employees for the limited purpose stated herein, or b. Use Confidential Information for its own benefit or for the benefit of any person or entity

other than the DoIT&C, without the prior written consent of the DoIT&C. 3.2. Whereas, the DoIT&C as a matter of policy and with a view to operate and maintain DR Site has

given order to the SI Work Order Nofor Selecting Agency for establishment and maintenance of Disaster Recovery Site (Design, Build, Operate & Maintain), Jodhpur. As specified in the service level agreement (SLA).

3.3. Whereas, the DoIT&C under the circumstances referred, herein before, wants to protect itself from any misuse of the confidential and proprietary information by the third party i.e. person or persons (employees of SI), had entered into an agreement with the SI that the second party shall not divulge such information either during the course of the life of this agreement or even after the expiry of the agreement.

3.4. Whereas, the SI has agreed to fully abide by the terms of this non-disclosure agreement and it has also been agreed by the parties that if there will be any breach or violation of the terms of agreement vis-à-vis non-disclosure clause, the SI shall not only be liable for consequential costs and damages but in addition to that will also be liable for criminal prosecution in accordance with the prevailing laws.

3.5. Whereas, the SI having in his possession or control any secret official code or password or digital data or any sketch, plan, model, article, note, document or information which falls within the purview of confidential or proprietary information, the SI shall not part with any part of such information to anyone under any circumstances, whatsoever, without the prior approval of the DoIT&C and if this is violated, the DoIT&C shall have the legal right to initiate civil and criminal proceeding against it under the provisions of the relevant law.

3.6. Whereas, the DoIT&C shall have the entire control over the functioning of the SI and the SI shall work according to the instruction of the DoIT&C and in case if this is violated by the SI in any mode or manner, the DoIT&C shall have the legal right to initiate civil and criminal proceeding against it under the provisions of the relevant law.

Page 263: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 263 of 265

3.7. Whereas, if the SI permits any person or persons without permission of the DoIT&C to have – a. Access or secures access to such computer, computer system or computer network which has

the connectivity with the confidential and proprietary information or; b. Downloads, copies or extracts any data, computer data base or information from such

Database Server, Web Server, Computer System, networking equipments or Computer Network including information or data held or stored in any removable storage medium which has the connectivity with the confidential and proprietary information or;

c. Damages any Database Server or causes to damage any Database Server, Web Server, computer system, computer network, data, data base or any other programmes residing in such Server, computer system or computer network;

d. Denies or causes the denial of access to any authorized person of the DoIT&C to have access to any computer system or computer network by any means;

Shall be liable to pay damages by way of compensation and would also be liable for criminal prosecution in accordance with the prevailing laws. 3.8 SI shall report to DoIT&C any use or disclosure of confidential and/or proprietary information/data

not authorized by this Agreement in writing by DoIT&C. SI shall make the report to DoIT&C within not less than one (1) business day after SI learns of such use or disclosure. SI report shall identify: a) The nature of the unauthorized use or disclosure, b) The confidential and/or proprietary information/data used or disclosed, c) Who made the unauthorized use or received the unauthorized disclosure, d) What SI has done or shall do to mitigate any deleterious effect of the unauthorized use or

disclosure, and e) What corrective action SI has taken or shall take to prevent future similar unauthorized use or

disclosure. SI shall provide such other information, including a written report, as reasonably requested by DoIT&C.

3.9 The SI hereby agrees and consents that temporary or permanent injunctive relief and/or an order of specific performance may be granted in lieu of, or in addition to other available relief in any proceeding brought by DoIT&C to enforce this Agreement, without the necessity of proof of actual damages and without posting bond for such relief.

4. Dispute Resolution:

4.1. Whereas, both the parties have agreed that in the event of any dispute or differences arising in between the parties, the courts at Jaipur shall only have jurisdiction to adjudicate the disputes/differences.

IN WITNESS WHERE OF the Parties here to have hereunto set their hands and seal the day and year first above written.

Signed By: Signed By:

( ) Designation:, Company:

The Technical Director, Department of IT&C, Govt. of Rajasthan

In the presence of:

In the presence of:

Page 264: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 264 of 265

( ) Designation: Company:

() Designation: Department of IT&C, Govt. of Rajasthan

( ) Designation: Company:

() Designation: Department of IT&C, Govt. of Rajasthan

Page 265: Draft RFP for Selecting Agency for Establishment and ...risl.rajasthan.gov.in/wp-content/uploads/2017/06/Revised_Draft_RFP_DR... · RFP Draft RFP for Selecting Agency for Establishment

RFP

Draft RFP for Selecting Agency for Establishment and Maintenance of

Disaster Recovery (DR) Site for State Data Centers at Jodhpur, Rajasthan

Page 265 of 265

ANNEXURE-23: LIST OF APPROVALS Bidder has to coordinate and liaison with concerning department and local authorities for approvals and the fees will be paid by DoIT&C as per actual. The following is indicative list of approvals and clearances required for executing the project: 1. Fire and NOC 2. PHED 3. Pollution Control Board 4. Use and storage of explosives. 5. Completion-cum-Occupancy Certificate 6. Sanction of power connection at Jodhpur Vidhyut Vitran Nigam Limited (JVVNL) 7. Electrical inspectors’ approval 8. Sewerage connection 9. Any other require permission