office of the commissioner of police: kolkata...
TRANSCRIPT
OFFICE OF THE COMMISSIONER OF POLICE: KOLKATA
18 LALBAZAR STREET, KOLKATA-1
NOTICE INVITING TENDER
Sealed tenders are invited by the undersigned in two-bid system from the
established, reputed and experienced Companies /JV /Consortium of
companies/Manufacturers/Dealers for the supply, installation and commissioning of
Data Centre Phase- 1(preparation of site, supply of Hardware & Software) at Lalbazar,
Kolkata Police HQs (3rd Floor) on Turnkey basis. The detailed tender document can be
downloaded from the Websites: http://www.kolkatapolice.gov.in or can be obtained
from the office of the TENDER SECTION(Ph-2250 5048), Ground Floor, Kolkata
Police Directorate, 18, Lalbazar Street, Kolkata- 700001. on any working day between
10.30 a.m. to 2.00 p.m. after depositing Rs. 100/- in the CASH Counter of KPD till
17.10.2011. The receipt of non-refundable tender fee of Rs.100/- must be attached with
the technical bid. Last date for submission of the tender is 17.10.2011 by 16:00 hrs. The
technical bids will be opened on next working day. The bidders shall be required to
arrange presentation and live demonstration of their quoted system. This refers to
Original Tender No. 12.EOI.2011-12 dated 01.03.2011.
FOR COMMISSIONER OF POLICE
KOLKATA.
Tele fax: 033- 2214 5512 Phone: 033 - 2250 5048
Email :[email protected]
TENDER NO. 43/DATA CENTER
(PHASE-1)/2011-12/TEN
FOR THE PREPERATION OF SITE,
SUPPLY OF HARDWARES AND
SOFTWARE
FOR – DATACENTER (PHASE-1)
By
Commissioner of Police
18, LALBAZAR STREET
KOLKATA-700001
3 INDEX
S. No Description Page
1. Index & Important dates 03
2.
3.
4.
5.
6.
7.
8.
8.1
8.2
8.3
8.4
8.5
8.6
8.6
8.7
8.8
8.9
Chapter - 1
Chapter - 2
Chapter - 3
Chapter - 4
Chapter - 5
Chapter - 6
Chapter - 7
Annexure-T1
Annexure-T2
Annexure-T3
Annexure-T4
Annexure-T5
Annexure-T6
Annexure-T7
Annexure-C1
Annexure-C2
Annexure-C3
Instructions to Bidders
Conditions of Contract
Schedule of Requirements
Specifications and allied Technical Details
(including Appendix - 1 in page 76, Appendix 2 in page 87 and Appendix 3 in pages 87 & 88 )
Price Schedule for quoting prices
Contract Form
Other Standard Forms:
Bidders Particulars
Bid Form
Guarantee/warranty
Company details for eligibility criteria
Proforma for ST/VAT clearance certificate
Proforma for Bank Guarantee as EMD
Check List - Technical Bid
Bid letter
Proforma for Contract Performance Bank Guarantee
Check List - Commercial Bid
04-09
10-16
17
18-88
89-90
91-94
95
95
96
97
98-99
100
101
102
103
104-105
106
Last date for submission of sealed bids 17.10.2011 latest by 16.00 hrs
Opening of technical bids 19.10.2011 at 12.00 hrs
Live Demonstration of the quoted System To be informed in due course
Contact Address:
Deputy Commissioner of Police,
Special Task Force
18, Lalbazar Street, Kolkata- 700001
Telephone : 91-33-22141721 / 22505215
Fax : 91-33-22141721
TENDER NO. 41/DATA CENTER (PHASE-1)/2011-12/TEN
CHAPTER - 1
INSTRUCTIONS TO BIDDERS
1. 1.1
1.2
1.3 1.4
1.5
1.6
2.
2.1
2.2
2.3
General:
Bids are invited from the established, reputed and experienced Telecommunication/IT companies /JV / Consortium of companies for the supply, installation and commissioning of
DATACENTER at the Office of the Special Task force, Kolkata Police Head Quarters
(hereinafter referred to interchangeably as the "D.C") as per the Schedule of Requirement
(Chapter-3) and Technical Specifications (Chapter-4) in this document and any other item required for the completion of the project exclusively on Turnkey basis.
The Bidders are advised to study the tender document thoroughly. Submission of tender
shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.
The Scope of Work shall include supply, delivery at site, unloading, any other services
associated with the delivery of equipment and materials, installation, commissioning,
software optimization, providing warranty/ post warranty services for the Stores/ Equipment
and any other related accessories/services for the complete installation and commissioning
of the System, as per the Schedule of Requirements (Chapter-3) and Technical
Specifications (Chapter-4). The successful bidder shall assume full responsibility of the
complete System until final acceptance.
It will be imperative on each bidder to fully acquaint himself with all the local conditions
and factors which would have any effect on the performance of the contract and cost of the
Stores. No request for the change of price or delivery schedule shall be entertained, on
account of any local condition or factor once the offer is accepted by the Purchaser.
Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for
receipt of bids.
The purchase committee reserves the right to relax any tender term/ condition in larger
public interest with the approval of competent authority.
Eligibility Criteria
The Company/ JV/ Consortium of companies should either be an Indian Company or have an Indian company as the leading partner having the Kolkata based office.
In case of JV/ Consortium, it can have a maximum of four members. In addition, total stake
of Indian Co./Cos. in JV/ Consortium to be 51% or more with management control in JV in
Indian Co's hand and with Indian Citizen.
The annual turnover of the Company/ JV / Consortium of companies should not have been
less than Rs.500 lakhs on an average during each of the last three years. In case of
JV/Consortium of companies, the annual turnover of the leading company should not
have been less than Rs. 5 Crore on an average during each of the last three years. Also, in
case of JV/ Consortium of companies, every firm of the JV/ Consortium shall be
responsible, and jointly and severally liable for the successful completion of the entire
project.
2.4
2.5 2.6
2.7
2.8
3.
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
The Company/JV/ Consortium of companies must be well established and have been providing Telecommunication / IT solutions for at least 3 years.
The Company/leading partner in case of JV / Consortium of companies should have at least
one technical maintenance and support base in Kolkata . In case a Bidder does not have a
maintenance base in Kolkata , an undertaking should be submitted by the Bidder that a
maintenance base in Kolkata will be established in case the Bidder is declared as
successful Bidder. The maintenance base should be in place by the time the System is
commissioned.
The Company/JV/ Consortium of companies should have sufficient technical skilled
manpower having requisite experience to undertake the job and to develop and
implement customized Telecommunication / IT applications.
The Company/ JV/ Consortium of companies should have successfully completed at least
one similar project during the last three years nationally/ globally.
The bidder shall furnish the certificate and details of its eligibility/credential required under
this Clause-2 in the prescribed format at Annexure T-4.
Schedule of Tender: The tender document can be obtained from the TENDER SECTION(Ph-2250 5048), Ground
Floor, Kolkata Police Directorate, 18, Lalbazar Street, Kolkata- 700001 on any working day
between 10 a.m. to 2 P.M upto 17.10.2011 after depositing Rs. 100/- in the CASH COUNER.. The tender document can also be downloaded from the websites of Kolkata Police at
http://www.kolkatapolice.gov.in.
In both the cases, the receipt of non-refundable Tender Fee of Rs.100/- shall be enclosed
with the technical bid. Failure to do so will result in the rejection of the bid.
Prospective bidders desirous to seek clarifications regarding Tender Specifications/ Terms &
Conditions shall submit their queries in writing at least 48 hours before the closing date.
However, if for any valid reason, clarifications are not sought by the bidder within the
stipulated time, Kolkata Police may entertain such queries in the presence of the bidders.
The same, however, should be in writing and duly signed by the bidder.
The sealed bids will be accepted till 16.00 hrs. on 17.10.2011. The sealed bids can be put
personally in the Tender Box kept at the TENDER SECTION(Ph-2250 5048), Ground
Floor, Kolkata Police Directorate, 18, Lalbazar Street, Kolkata- 700001. Alternatively,
the bids may be sent by Registered Post addressed to the Commissioner of Police, 18,
Lalbazar Street, Kolkata- 700001 in such a manner that the same should reach before
17.10.2011.
The Technical bids will be opened at 12.00 hrs. on 19.10.2011 in the Conference Room,
Ground Floor of Kolkata Police Head Quarters at 18, Lalbazar Street, Kol-1. The bidders or
their authorized representatives may be present, if they so desire.
The bidders shall arrange presentation and live demonstration of the quoted System of
Datacenter from 11 a.m. till finish on 20.10.2011 to show that their quoted System fully
conforms to this tender. The bidders will be intimated the exact date and
3.9
3.10
3.11
3.12
3.13 4.
5. 6.
7.
7.1
time slot for them to carry out such presentation and demonstration within the above specified time period.
The bidders are advised to make all necessary arrangement for the presentation and the live
demonstration of their quoted system well in advance as they will be required to adhere to
the time schedule.
The live demonstration of the quoted systems is a mandatory requirement to show
conformity with the tender specifications and shall include the details as given in the Tender
Documents. The product
After evaluation of the Technical bids and the live demonstration, the short-listed Bidders
will be intimated. The decision of the committee on technical suitability of the offer shall be
final and shall not be open for discussion.
The Commercial bids of the short-listed Bidders will be opened in the Conference Room at
the Ground floor of Kolkata Police Headquarters, 18, Lalbazar Street, Kolkata-700001. and
such short-listed bidders will be intimated about the date and time accordingly. The short-
listed bidders or their authorized representatives may present, if they so desire.
Delivery of the Stores at STF Office of Kolkata Police shall be completed by the Supplier
in accordance with the terms specified by the Purchaser within Eight (08) days from the date
of Award of Contract. The installation, testing, and commissioning of the proposed system
shall be completed within a period of twenty(20) days from the date of the awarded the
contact.
Purchaser's Right to vary quantities at the time of placement of Supply Order/signing of
Contract: The Purchaser reserves the right to vary the quantities and/or split the order
among the selected Bidders.
Purchaser's right to accept any bid and to reject any or all bids: The Purchaser reserves
the right to accept any bid, and to annul the bid process and reject all bids at any time,
without assigning any reason, prior to placement of supply order/ signing of contract,
without thereby incurring any liability to the affected Bidder(s) or any obligation to inform
the affected Bidder(s) of the grounds for the Purchaser's action.
Bidder Qualification: The "Bidder" as used in the tender document shall mean the one who
has signed the Bid Form. The Bidder may be either the manufacturer of the Stores, leading
partner in the JV/ Consortium or a duly authorized representative, in which case he shall
submit a certificate of authority.
Bid Security (Earnest Money):
Bid Security (Earnest Money) amounting to Rs.500,000.00 (Rupees five lakhs) only in the
form of Account Payee Demand Draft, Fixed Deposit Receipt, or Bank Guarantee, from any of
the commercial banks, in favour of Commissioner of Police, Kolkata should be enclosed
alongwith the Technical Bid. Failure to do so will result in the rejection of the bid.
7.2
7.3
7.4 7.5
8
9.
10. 10.1
10.2
10.3
11.
11.1
11.2
11.3
The bidders registered with Central Purchase Organization (e.g. DGS&D), may be exempted from depositing of Earnest Money. The bidders shall have to enclose documentary proof to authenticate their firm's registration with these organizations for the specific items to avail this exemption. The Bid Security (Earnest Money) shall be valid for a period of Forty Five (45) days beyond the Bid validity. No interest will be payable by the Purchaser on this amount.
The Bid Security (Earnest Money) may be forfeited:
a) if a Bidder withdraws his bid during the period of bid validity ; or b) in the case of the finally selected Bidder, if the Bidder fails;
i) to sign the Contract in accordance Clause 1 of Chapter-2; or
ii) to furnish Contract Performance Security in accordance with Clause 2 of
Chapter-2; or
iii) if at any stage any of the information/ declaration is found false.
Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged
upon the Bidder signing the Contract, pursuant to Clause 1 of Chapter-2 and furnishing the
Performance Guarantee, pursuant to Clause 2 of Chapter-2.
Period of Validity of Bids: Bids shall remain valid for 12 (Twelve) calendar months from
the date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser as
non-responsive.
Registration with Sales Tax/VAT Department: The bidders should have their firm
registered with the Sales Tax/VAT Department, with respect to Sales Tax/ VAT and shall
furnish copies of the same with their Technical Bid alongwith their latest Sales Tax/ VAT
Clearance Certificates or Tax Deposit Receipts from the concerned department as per the
enclosed proforma at Annexure-T5 of Chapter-7.
Terms and conditions of Tendering Firms: Printed terms and conditions of the Bidders shall not be considered as forming part of their
Bids.
Bidder must state categorically whether or not his offer conforms to all the tender terms and
conditions. If there is a variation in any of the terms and conditions, the extent of variation
and the reasons thereof shall be clearly mentioned in the technical bid.
Bidder must state categorically whether or not his offer conforms to the specifications given
in Chapter 4 of the tender.
Bid Requirements:
The Bidder shall quote for the items and quantities as listed under the Schedule of
Requirements (Chapter-3) in the Price Schedule format (Chapter-5) clearly giving the
nomenclature, make & model no. of the quoted items. The same shall be enclosed un-priced in the technical bid and priced in the commercial bid.
The Successful Bidder(s) shall be required to furnish Contract Performance Bank
Guarantee for 10% of the Contract value, at the time of award of Contract as per the
prescribed proforma (Annexure-C2 of Chapter 7 & Clause 2 of Chapter 2). The
performance security can also be furnished in the of FDR / G P Notes / Bank Guarantee
Bond / etc. in favour of the Commissioner of Police, Kolkata.
All the bidders participating in the tender must submit a list of their owners, partners, etc.
and a certificate to the effect that the firm is neither blacklisted by any Government
Department nor any Criminal Case is registered against the firm or its owner or partners or
directors anywhere in India.
11.4 Bids not accompanied by prescribed Tender Fee or Bid Security will be rejected.
11.5 Conditional bids, Telex/Fax bids and incomplete bids will be summarily rejected.
11.6 The bid shall contain no interlineations, erasures or overwriting and all pages of the Bid
must be signed and sequentially numbered by the Bidder.
11.7 It must be ensured by the bidders that all columns of price schedule are completely and
properly filled. If any column of the price bid is found blank the price bid shall be treated as
incomplete and unresponsive and price bid shall not be considered and summarily rejected.
No clarification whatsoever shall be entertained after opening of the price bid. Optional rates
shall not be considered and the bid may be rejected.
11.8 The AMC rates will be considered as a loading factor and criterion for deciding the
lowest bidder. The AMC charges for 7 years will be loaded in the project price for
deciding the lowest bidder.
11.9 The bank Account Number with the branch Code of the Bidder and mandate form duly filled in all respect may be furnished with the technical bid.
11.10 The Bidder shall also provide the soft copy of the Technical Specifications of their quoted
system and its conformance with the Technical Specifications of the Tender.
12. Bid Prices:
12.1 The Bidder shall indicate on the Price Schedule (Chapter - 5) attached to this document the
Unit Prices and total Prices of the Stores it proposes to supply under this tender in the
following manner:
i)
ii)
iii)
iv)
v)
vi)
vii)
Unit price for each Item in Indian Rupees
Sales Tax/ VAT in Indian Rupees.
Other Govt. levies, if any (To be specified).
Incidental charges, if any (To be specified).
Unit Price, FOR Destination including all taxes.
Extended Price, FOR Destination in Indian Rupees.
AMC Rates for both Equipment and Software for 7 years after warranty of 3 years.
12.2 The following totals will also be indicated in the Price Schedule:
i) Total Cost of the System as per the schedule of requirement .
ii) AMC rates and Total Cost for the Equipment and Software for 7 Years after 3years of warranty.
12.3
12.4
13.
iii) The Total Project Cost including System & 7years AMC Cost .
The price should be quoted strictly in line with the price schedule leaving no column blank
whatsoever to avoid ambiguity and disqualification.
The Purchaser will make all payments, under this contract, in Indian rupees.
Contents of Bid: The Bids prepared by the Bidder shall comprise of the following two
components:-
a)
i)
ii)
iii)
iv)
Technical Bid comprising of the following and to be filled on the format sheets
provided in the Tender Document. This is mandatory:
Bidders Particulars (Annexure T1, Chapter 7)
Bid Form (Annexure T2, Chapter 7)
Technical Specifications of the Stores (Chapter 4)
Warranty (Annexure T3, Chapter 7)
v)
vi
vii)
viii)
ix)
x)
xi)
b) i)
ii)
iii)
iv)
v)
Earnest Money for Rs.5,00,000.00 (Rupees Five lakhs only) in the T.R. Challan No. 7 under the head “Receipt SD/Earnest Money/8443-00-103-001-07” in favour of the Commissioner of Police, Kolkata. Bank Draft is also accepted as Earnest Money. (Clause 6 of Chapter 1).
Tender fee of Rs.100/- in form of D.D./Pay Order/Banker Cheque (Chapter-1)
All technical brochures/documents relevant to the Bid
Company details for eligibility criterion in the format as at Annexure T-4.
Copies of ST/VAT Regn. & Clearance Certificates as per enclosed proforma at
Annexure T-5 (Clause 8, Chapter 1) Certificate as per clause 11.3 of Chapter 1
Check List of Technical Bid (Annexure T6, Chapter 7)
Commercial Bid comprising of the following and to be filled in accordance with
the formats provided in the Tender Document:
Bid Letter (Annexure C 1, Chapter 7)
Price Schedule (Chapter -5)
Proforma for Bank Guarantee for Contract Performance(Annexure C2, Chapter7)
Schedule of Requirements (Chapter 3)
Check List of Commercial Bid (Annexure C3, Chapter - 7)
14.
14.1
14.2
14.3
Procedure for Submission of Bids:
It is proposed to have a Two-Cover System for this tender.
a) Technical Bid in one cover superscribing "Technical Bid, Tender Number and date
of opening". Please note that prices should not be indicated in the Technical Bid.
b) Commercial Bid in one cover superscribing "Commercial Bid and Tender
Number".
Both the Technical Bid cover and Commercial Bid Cover prepared as above are to be
kept in a single sealed cover superscribed with Tender No. and date of opening.
All the covers should also indicate clearly the name and address of the Bidder.
Purchaser's Right to vary quantities at the time of placement of Supply Order/signing
of Contract: The Purchaser reserves the right to vary the quantities and/or split the order
among the selected Bidders.
CHAPTER - 2
CONDITIONS OF CONTRACT
1. Award of Contract:
1.1
1.2
2.
2.1
2.2
2.3 2.4
2.5
2.6
2.7 3.
3.1 3.2
Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected
Bidder and place the supply order within 7 days thereafter. If a need for extension of the bid
validity period arises, it should be extended by mutual agreement. The notification of
award/placement of supply order will constitute the formation of the Contract.
At the time of placement of the supply order, the finally selected Bidder shall sign the
contract with the Purchaser. The finally selected bidder shall bring alongwith him, the
power of attorney, the contract performance bank guarantee and common seal etc. for
signing the contract. Contract Performance Bank Guarantee/Performance Security:
At the time of signing the contract, the Supplier shall furnish a Contract Performance
Bank Guarantee for 10 percent of the value of the Contract, as per the prescribed
proforma (Annexure C-2, Chapter 7), from a Commercial Bank.
The Contract Performance Bank Guarantee will be in the name of the Commissioner of
Police,, Kolkata 18, Lalbazar Street, Kolkata-1.
The Contract Performance Bank Guarantee should be valid for a period of 3 (three) years
and 6 (Six) months from the date of award of the Contract. This will be released after the
successful completion of warranty period.
In the event of delay in acceptance of the Stores, the Supplier shall, at the request of the
Purchaser, extend the validity of the Contract Performance Bank Guarantee so as to cover
the warranty period.
AMC Performance Bank Guarantee/ AMC Performance Security: On completion of the 3
years warranty period, the Supplier shall furnish an Annual Maintenance Contract (AMC)
Performance Bank Guarantee/AMC Performance Security for 5% of the Contract Price from a
Commercial Bank. The AMC Performance Security can also be furnished in the shape of
Account Payee Demand Draft/FDR.
The AMC Performance Security/Bank Guarantee shall be in the name of Commissioner of
Police, Kolkata.
The AMC Performance Bank Guarantee/ FDR should be valid for a period of 7 years and 6
months form the date of expiry of the warranty period. This will be released after the
successful completion of AMC period of 7 years.
Payment Schedule: The standard payment terms subject to recoveries, if any, under the
Liquidated Damages clause will be as follows: -
Delivery of Stores: The Supplier shall notify the Purchaser about the delivery of the Stores
to the Delivery Site one week in advance of the expected date of partial or complete
delivery.
Transfer of Title: Upon each partial delivery of the Stores at the Purchaser's delivery site,
an inventory of the Stores shall be taken jointly by the Supplier and the Purchaser to be
completed within five (5) working days of such delivery to ensure that the supply is
complete and in order. After the inventory of each partial delivery of the Stores has been
completed to the entire satisfaction of the Purchaser, the title of those Stores will transfer to
3.3 3.4
3.5
4.
5. 6.
7.
7.1
7.2
7.3
7.4
7.5
7.6
the Purchaser. In the event of short shipment or damage to the Stores inventoried, the title
of only those items of Stores that are in order will transfer to the Purchaser.
The Supplier shall ensure that its representatives are present for the inventorisation of the
Stores supplied under the contract failing which the Purchaser shall proceed with the
inventorisation in the Supplier's absence and the Purchaser's inventorisation report shall be
binding on the Supplier.
First payment: The Purchaser shall pay, to the Supplier, sixty percent (60%) cost of the
Stores, title of which has been transferred to the Purchaser, and applicable VAT amount as
First Payment", on transfer of title of the Stores as per specifications and receipt of
supplier's bill complete in all respects subject to the release of fund by Govt.
Final payment: The Purchaser shall pay, to the Supplier, the balance amount and
VAT/Service Tax amount as "Final Payment" on Final Acceptance of the system and receipt
of Supplier's bill complete in all respects. No advance payment shall be made.
No interest is payable by the Purchaser in case of delayed payments.
Packing, Forwarding & Shipment: The Supplier shall provide proper packing of the
Stores to prevent their damage or deterioration during transit to the final destination site.
The Supplier shall notify Purchaser of the date of each shipment from his works and the
expected date of arrival of goods at the site.
Delivery, Installation and Commissioning: Delivery of the Stores at the office of the
Commissioner of Police, Kolkata shall be completed by the Supplier in accordance with
the terms specified by the Purchaser within Eight (08) days from the date of Award of
Contract. The installation, testing and commissioning of the proposed system shall be
completed within a period of three (03) weeks after the delivery of the Stores at Kolkata
Police Head Quarters without fail.
Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-
to-warehouse basis by the Supplier against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery.
Inspection and Tests:
The Purchaser shall have the right to inspect and/or test the Stores for conformity to the
Contract Specifications.
Should any inspected or tested Stores fail to conform to the specifications, the Purchaser
may reject them and the Supplier shall either replace the rejected Stores or make all
alterations necessary to meet specification requirements free of cost to the Purchaser.
The Supplier shall provide installation and standard test procedures for the individual
equipment and for the complete System offered.
The Supplier shall test individual equipment and the complete System after installation at
site. The Supplier shall submit complete documentation of all the measurements conducted
during installation period for future reference of the Purchaser.
A document comprising of the technical problems faced during installation, testing and
commissioning period and their solutions shall be submitted by the Supplier at the time of
handing over the completed works to DCP (STF.), Lalbazar, Kolkata-1.
For the purpose of taking over the Stores/system supplied, an Acceptance Test shall be
carried out at the Purchaser destination site. The equipment that meets the acceptance test
shall only be accepted by the Purchaser.
7.7
7.8
8. 8.1
8.2
8.3
8.4
8.5
8.6
8.7
8 .8
8.9
9. 9.1
The installation or commissioning shall not be deemed to have been completed unless all
the Stores and System are accepted by the Purchaser.
Before the equipment is taken over by the Purchaser, the Supplier shall supply installation,
operation, repair and maintenance manuals of the equipment/system. This shall include the i)
System Interface Drawings, ii) System Interconnection and Block Diagrams, iii)User
Operation Manuals & iv)Equipment Maintenance Manuals
Guarantee/ Warranty
The Supplier shall provide comprehensive on-site Guarantee/ Warranty for all Stores/equipment supplied under the Contract at least for a period of 3 (three) years from
the date of final acceptance of the System. An undertaking to this effect shall be
furnished as per Annexure-T3, Chapter-7 alongwith the Technical Bid. The Supplier must have a maintenance base in Kolkata to provide maintenance service, of
the System being offered, efficiently and promptly. The Supplier shall undertake to establish a maintenance base in Kolkata.
If the performance of any individual equipment or System fails to meet the contract
specifications then the same shall be replaced by the Supplier free of cost during the term of
the warranty/guarantee period.
The Supplier shall provide necessary Software updating free of cost during the
warranty/guarantee period.
The maintenance services, including spares shall be free of cost during the
warranty/guarantee period.
During the term of warranty/guarantee the service/repair calls will have to be attended by
the Supplier within two hours from the time of such calls. The defective
card/item/equipment should be repaired the same day at Purchaser's location. In case of
major defects requiring the defective card/item/equipment to be taken to the Supplier's
workshop, it should be returned within 7 days duly repaired and an immediate substitute
card/item/equipment will be provided by the Supplier for the smooth operation of the
System. The to and fro transportation of the card/item/equipment will be the responsibility
of Supplier.
Apart from the service/repair calls, the service engineer deputed by the Supplier will visit
the site once every week to assess the serviceability of the System and ten times in a year to
carryout the Preventive Maintenance and diagnostics of the system during the Warranty
Period.
Delays in attending the calls and or repairing the defective card/item/equipment beyond
time limit specified in this Clause, without providing the substitute, will attract penalties in
accordance with Clause 14.
If the Supplier fails to repair or replace the defective Equipment/ Item, the Purchaser will be
free to get the same repaired/replaced from the market and its cost will be adjusted from the
Supplier's Contract Performance Bank Guarantee or recovered from the Supplier.
Post-Warranty services and maintenance The Supplier shall be responsible for the comprehensive on-site maintenance of the entire
System including both hardware and software, at a reasonable price, for a minimum period
of seven years after expiry of the warranty/guarantee period assuming the life span of the
System to be 10 years. The bidder shall indicate the estimated life span of the quoted
9.2
9.3
9.4
9.5
9.6
9.7 9.8
9.9
9.10
9.11
9.12
10.
10.1
10.2
System. An undertaking to this effect shall be furnished as per Annexure-T3,
Chapter-7 alongwith the Technical Bid.
The Supplier shall quote the rates for comprehensive Annual Maintenance of the entire
System including both hardware and software in the Price Schedule (Chapter-5) for all the 7
years after expiry of the warranty/guarantee period of three years.
The AMC rates will be considered as a loading factor and criterion for deciding the lowest
bidder. The AMC charges for 7 years will be loaded in the project price for deciding the
lowest bidder.
The payment towards AMC shall be payable yearly after successful completion of the
maintenance service during that period.
Under the AMC, the Supplier shall provide comprehensive maintenance services of the
entire System including the spares and there shall be no hidden cost.
Preventive maintenance service of the System under AMC must be carried out once in two
months.
During the period of AMC, the service/repair calls are to be attended by the Supplier within
two hours from the time of such calls. The defective card/item/equipment should be
repaired the same day at Purchaser's location. In case of major defects requiring the
defective card/item/equipment to be taken to the Supplier's workshop, it should be returned
within, six weeks duly repaired and immediate substitute card/item/equipment will be
provided by the Supplier for the smooth operation of the System. The to and fro
transportation of the card/item/equipment will be the responsibility of Supplier.
Delays in attending the calls and or repairing the defective equipment beyond time limit
given in this Clause, without providing the substitute, will attract penalties. AMC charges
of the delayed period will not be paid if the delay is more than 6 hours from the specified
time limit on pro-rata basis.
If the Supplier fails to perform any of the Services of the Contract within the time period
specified in the tender, the Purchaser shall, without prejudice to its other remedies under the
tender, deduct from the pending bills/Contract Performance Bank Guarantee, by way of
penalty, a sum equivalent to One (1) percent of the price of the AMC rates for each and
every week (part of a week being treated as full week) of delay until actual performance.
If the Supplier fails to repair or replace the defective card/item, the Purchaser will be free to
get the same repaired/replaced from the market and its cost will be adjusted from the
Supplier's pending bills/Security deposit or recovered from the Supplier.
The Supplier shall not retract from the responsibilities under the AMC Contract once the
Contract is signed. However, in the unlikely case of violation, the Purchaser will be at
liberty to forfeit the Contract Performance Bank Guarantee and make recoveries from the
firm besides initiating legal proceedings against the firm.
The Purchaser shall also have the right to decide whether or not to enter into the
maintenance agreement with the Supplier.
Training
The scope of work envisages that the Bidder shall undertake to train communication
engineers and other staff nominated by Kolkata police in different aspects of equipment
design, functioning, field installation, testing, commissioning, system management, operation & administration, maintenance and repair.
The supplier shall at every stage of installation; testing and commissioning provide all
facilities for adequate training of Kolkata Police personnel who may be deputed to work on
the project.
10.3
10.4
10.5
10.6
11.
12. 12.1
12.2
12.3
12.4
13.
13.1
14.
14.1
The system Administration and Maintenance Training program, at the user's location, will be structured so as to train 10(Ten) of the Kolkata Police personnel deputed for the purpose.
The user operational training program, at the user's location, will be structured so as to train
up to 10(Ten) of the purchaser's supervisory and training personnel who will, in turn, train
individual operators.
The maintenance training program, at the manufacturer's location, will be structured to train
up to 03(Three) engineers and 05(Five) experienced technicians in the complete trouble
shooting and maintenance of the equipment to both the board replacement and board repair
level.
Bidder will provide complete details on the training programs to be offered including:
(a) Material to be covered
(b) Number of hours of training per operator or technician for each specific course
(c) Supporting documentation to be provided
Spare Parts: The Bidder will submit undertaking from the manufacturer that supplies of
necessary maintenance equipment and spare parts will be made available for all Items/
Equipment and the complete System for a period of 10 (Ten) years on a continuing basis
and life time spares after 10 years.
Sites Preparation
The sites for installation of the System shall be provided by the Purchaser as per the required environmental conditions before the installation of the system. The detail of
locations is given under Clause-1.9, Chapter-4 of the tender.
The Supplier shall provide site plan and equipment layout plan for the System at different
locations.
The complete installation of the System at the Purchaser's different sites, as listed under
Clause-1.9 of Chapter-4, shall be the responsibility of the Supplier.
Earthling arrangements for all the Equipment at all the locations shall be the responsibility
of the Supplier and to be carried out as per standard procedures.
Responsibility of Completion & Software Optimization: Any fittings or items which may not be specially mentioned in the specifications but which
are necessary are to be provided by the Supplier without any extra charge for completeness
of the work under this Tender.
Delay in the Suppliers performance
Delivery of the Goods and performance of Services including Warranty and Post Warranty
Services shall be made by the Supplier in accordance with the time schedule specified by
the Purchaser. Delay by the Supplier in the performance of its Delivery or Service obligations shall
render the Supplier liable to imposition of Liquidated Damages in accordance with clause-
15 below and thereafter, upon reaching the maximum deduction set out therein, to
termination for default in accordance with Clause-22 below accompanied by forfeiture of Bank Guarantee/Performance Security.
14.2
15. 16.
16.1
16.2
16.3 16.4
16.5
17.
18.
19.
20.
If the bidder fails to complete the work within the stipulated period, the Purchaser reserves
the right to get the work completed from open market and difference of bill, if any, will be
recovered from the bills of the Supplier.
Liquidated Damages: If the Supplier fails to deliver any or all of the Goods or perform the
Services within the time period specified in the Contract, the Purchaser shall, without
prejudice to its other remedies under the Contract, deduct from the Contract Price, as
liquidated damages, (not by way of penalty) a sum equivalent to 1(one) percent of the price
of the delayed goods or unperformed service for each & every week (part of a week being
treated as a full week) of delay until actual delivery or performance, upto a maximum
deduction of 05% (Five Percent) of the undelivered Equipment/Services.
Force Majeure:
Force Majeure means an event beyond the control of the supplier and not involving the
supplier's fault or negligence and which is not foreseeable. Such events may include, but are
not restricted to, acts of the purchaser either in its sovereign or contractual capacity, wars or
revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes, lockouts and freight embargoes.
If there is delay in performance or other failures by the supplier to perform its obligation
under its contract due to event of a Force Majeure, the supplier should inform the purchaser
with in 48 hrs.
If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in
writing of such conditions and the cause thereof within twenty one days of occurrence of
such event. Unless otherwise directed by the purchaser in writing, the supplier shall
continue to perform its obligations under the contract as far as reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
If the performance in whole or in part or any obligation under this contract is prevented or
delayed by any reason of Force Majeure for a period exceeding sixty days, either party may
at its option terminate the contract without any financial repercussion on either side.
There may be a Force Majeure situation affecting the purchase organization only. In such a
situation the purchase organization is to take up with the supplier on similar lines as above
for further necessary action.
Patent Indemnification: The Supplier shall not indemnify the Purchaser against all third
party claims of infringement of patent, copyright, trademark, license or industrial design
rights, software piracy arising from use of the goods or any part thereof in the Purchaser's
country.
Waiver: Failure or delay on the part of the Supplier or the Purchaser to exercise right or
power hereunder shall not operate as a waiver thereof.
Assignability: Neither this Contract nor any rights under it may be assigned by either Party
without the express prior written consent of the other Party. However, upon assignment of
the assignor's interest in this Contract, the assignor shall be released and discharged from its
obligations hereunder only to the extent that such obligations are assumed by the assignee.
Severability: If any portion of this Contract or any of the Contract Documents hereto is held
to be invalid, such provision shall be considered severable, and the remainder of this
Contract hereof shall not be affected.
21.
22.
22.1 22.2
22.3
23.
24. 24.1
24.2
Governing Law: This Contract including the Contract Documents shall be governed by and
construed in accordance with the laws of India and the Kolkata High Court shall have
jurisdiction in this regard.
Termination for Default
The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty
(30) days written notice of default sent to the Supplier and upon the Supplier's failure and neglect to propose and/or execute any corrective action to cure the default, terminate this
Contract in whole or in part:
(i) If the Supplier fails to deliver any or all of the Stores within the time period(s)
specified in the Contract; or
(ii) If the Supplier fails to perform any other obligation(s) under the Contract.
On termination of the Contract for default, the security deposit of the Supplier will be
forfeited.
On termination of the Contract for default, action will be taken to black list the Supplier.
Termination for Insolvency: The Purchaser may at any time terminate the Contract by
giving written notice to the Supplier, without compensation to the Supplier, if the Supplier
becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice
or affect any right of action or remedy which has accrued or will accrue thereafter to the
Purchaser.
Termination for Convenience
The Purchaser shall have the right to 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 work under the contract is
terminated and the date upon which such termination becomes effective.
The Goods those are complete and ready for shipment within Ninety (90) days after the
Supplier's receipt of notice of termination shall be purchased by the Purchaser at the
Contract terms and prices. For the remaining Goods the Purchaser may elect:
(a) to have any portion completed and delivered at the Contract terms of prices, and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and for materials and parts previously procured by the Supplier.
25.
Resolution of Disputes: In the case of dispute or difference arising between the Purchaser
and the Supplier relating to any matter connected with this contract, the same shall be settled
through amicable negotiations between a maximum of Two (2) officers nominated by the
competent authority of Kolkata Police and Two (2) employees nominated by the Supplier,
failing which, the dispute shall be submitted to arbitration in accordance with the provisions
of the Arbitration and Conciliation Act, and the Arbitrator's decision shall be final &
binding. The language of arbitration shall be English. The venue of the conciliation and/or
arbitration proceedings shall be in Kolkata, India.
CHAPTER-3
SCHEDULE OF REQUIREMENTS (ALL ARDWARE,SOFTWARE AND SERVICES AS PER THE TECHNICAL SPECIFICATION)
1. UPS 10 KVA - 2 nos.
2. PAC - 3 nos.
3. Server Racks - 2 nos.
4. Access Control System - 4 nos.
5. CCTV - 4 nos.
6. Fire Detection & Gas Based Suppression System - 1 nos.
7. VESDA - 1 nos.
8. Water Leakage Detector - 1 nos.
9. Rodent Repellant - 7 nos.
10. Integrated BMS - 1 set.
11. Customized Software for STF Datacenter - 1 set.
12. Site Preparation and interior works - 1 set
13. Comfort AC units - 5 nos.
14. Furniture - 1 set
CHAPTER-4
Final Technical Specifications - STF Data Center
Follow up process of Expression of Interest - Tender No. : 43
DATA CENTER(PHASE-1)/2011-12/TEN Dated .20.10.2011
Sl. No. Description
1. Scope of Work
2. Design Layout
3. Site Preparation
4. Brick Works
5. Server Room
6. Thermal Insulator
7. Pedestal Assembly
8. Raised Floor
9. Ramp
10. False Ceiling
11. Partitioning Walls
12. Server Room Structured Cabling
13. Bison Board
14. Doors
15. Windows
16. Vitrified Flooring
17. Floor Slab concrete
18. POP Finishing and Painting
19. Furniture
20. Electrical Infrastructure
21. Earthing
22. Transient Voltage Surge Suppressor
23. Structured Cabling in other areas
24. Distribution Panel Boards
25. Downstream cabling up to Rack level
26. Wiring for Equipment, Integration, Lighting and Comfort AC
27. Emergency Lighting
28. Comfort Air Conditioner
29. UPS
30. Precision Air Conditioning System
31. Server Racks
32. Smart Card Based Access Control
33. CCTV surveillance and security system with DVR
34. Analogue addressable fire detection system
35. Gas based fire suppression system
36. Aspirating Smoke Detection System (VESDA)
37. Rodent repellent system
38. Water leakage detection system
39. Integrated building Management System (BMS)
40. Provision for STF Data Center Customized Software (Appendix - 1)
41. Warranty
42. OEM Technical Support Commitment
43. General Conditions and Eligibility Criteria for bidder
44. Proposed Manufacturers/Suppliers
45. Summary Information of Proposed Systems (Appendix - 2)
46. Layout diagram of proposed STF Data Center (Appendix - 3)
Scope of the work
• Entire work specified in this tender should be carried out on Turnkey basis.
• Construct a Tier-III compatible level Data Center as per TIA 942 specifications for the proposed
works mentioned in this tender. It is recommended and advised that the vendor should verify the design dimensions by his own technical group to ensure the accuracy and for appropriate corrections if any. • Site Preparation in terms of the civil, electrical and mechanical work, supply of all necessary
materials and to construct the proposed raised floor, ramp, false ceiling, partitions, doors, raceway design for data and power cabling of the Data Centre, electrical wiring with distribution panels, ducting, conduits for Power and Data cables and each units allied accessories related work. All construction materials including electrical cables to be used in the construction of Data Center server room should be of non-combustible, fire retardant quality. The scope also includes painting, thermal insulations and any other miscellaneous works as per site requirement. • Supply, installation, testing and commissioning of the specified UPS, Precision Air- Conditioning
Systems, Integrated Building Management System, Server Racks and allied accessories of each systems as specified in this tender. • Supply and install all furniture: Workstations tables, Work table, Storage Units, Chairs as per
design in the remaining area and as per technical specification specified in this tender. • For all supplied and installed systems, Vendor should submit the respective OEM's
•
acceptance letter to provide on-site service support during the initial three years warranty period and later under AMC for 4th and 5th year. As the contract is on Turnkey solution basis, any other miscellaneous requirements related to the above scope should be provided by the successful vendor even if those items are not mentioned explicitly in this tender.
The successful vendor should provide the following documents to DC, STF on completion of the work. 1. All Design Documents including Detailed Project Report with Initial, working and Final
documents. 2. Drawings for Electrical, Civil, UPS, HVAC and Infrastructure confined to the Data
Centre Requirements.
3. Electrical Drawings: SLD with LT Scheme, logic circuits, Power Distribution Scheme, Cable Schedule, Cable Raceways Layouts, Cutout Details, Earthing Systems, Equipment Layout,
Lighting Layout, and Wiring Diagrams.
4. Civil Layouts: Server arena Layouts, DC Floor Layouts, Cross Sectional Areas, Individual Areas Layout.
5. Drawings for Access Control System, CCTV, Fire Detection and Alarm System, Fire Suppression
system, VESDA System Layout, Rodent Repellent, Water Leak detection etc.
6. Operations and Maintenance manuals of the equipments installed in the Data Centre, including
Standard Operating Procedures, Equipment Handling and fault analysis techniques, AMC
Scheduling, Data Centre Monitoring, Reporting and Escalation Matrix for all the areas, Preventive
and Predictive Maintenance Scheduling Formats.
Design Layout of the Data Center and adjoining area: The internal design layout for the Data Centre and the adjoining area is in Appendix - 3. All measurements
should be commensurate with available space.
Site Preparation: The Data Center area should be built as per the design layout with non-combustible material in server room
area as per the given specification and should provide an aesthetic, lasting and technically superior
infrastructure. NFPA Guidelines and Standards may be used for all the fire rated walls and partitions materials. The scope of work shall include but not limited to the following:
1. Dismantling of existing partitions, other fixtures and allied items.
2. Removing of existing electrical fixtures and allied items. 3. Related Civil / Masonry works for filling cable trenches, Flooring, wall opening / closing, door
fixing and repairs if any to prepare the site for renovating as per the design and specifications of this
tender. 4. Thermal Insulation of the server room floor. 5. Raised flooring with suitable pedestal assembly. 6. Metal perforated false ceiling with suitable assembly. 7. Server room Partitioning, doors, visual glass windows (2 hour Fire rated ) 8. Doors, Windows, Storage and Furniture as per the design 9. Structured Cable Tray arrangement in all areas 10. Fire rated Paint work inside the server room 11. Other miscellaneous civil work, hardware as per site requirement
Technical Description for Interior Works: Dismantling:
a. Removing of existing wall panelling, partitions, false ceiling, electrical fixtures, any other unwanted items and carting away all debris from site and cleaning of site.
b. Removing existing selected Door frames with shutters from walls, including holdfasts and all other hardware and fittings and carting away all debris from site as directed.
d. Removing of all existing Electrical Fittings including the cabling, wiring, panels, distribution boards and carting away all debris from site to the identified location.
e. Any other unwanted old materials / fixtures in the first floor area and
carting away all debris from site to the identified location.
Brick works All the existing cable trenches in the structural floor of the floor area should be filled with suitable plain
cement concrete of 1:2:4 mix @ finished with cement mortar of 1:4 mix and surface should be made
smooth finish. Brick work to cover all existing openings in the wall mainly used for the window air
conditioner units and windows of the wall behind the proposed PAC systems and fire suppression
systems as per requirement keeping the aesthetic quality intact. The bricks should be of class designation
40kg/sqm with cement mortar 1:4 .This work involves supply of all required material and construction of
proper wall by laying bricks of approved quality to make uniform surface of wall both internally and
externally. Any other open space like old ducts in walls or floor trenches in first floor area needs to be closed
and smoothly finished. Plastering with cement mortar 1:5 (1 cement : 5 sand) of 12 mm thick in interior face of the walls and
concrete columns including hacking the concrete surface brushing, scaffolding, curing and surface shall be
smooth trowel finish as per standard specification. If required the walls shall be gently removed by using
chisel and hammer without disturbing the existing infrastructure and structure. Similarly as per the given design suitable civil works should be carried out for the proposed floor main
entrance door, general building emergency exit door.
In addition after removing of existing old wall panelling, partitions, false ceiling, electrical fixtures, any other unwanted items the complete floor interior walls, floor and ceiling should be checked and repaired
suitably if required.
Server Room: Server room infrastructure should be Tier-III compatible level as per TIA 942 specifications for the
proposed works mentioned in this tender. All infrastructure materials used for server room site
preparation and entire electrical / data cable works of the data center should be Non-combustible or Fire
Retardant quality. In addition the server room partitioning walls from floor to ceiling and perimeter wall
should be with the smooth surface finishing. Thermal insulator: Thermal insulator should be laid on the structural floor to prevent heat gain inside the data center. The
floor would be heat-insulated with a heat insulating material to avoid condensation on floor and to reduce
the heat transfer in the server / network room area. All the existing cable trenches in the structural floor of
this server room area and other areas should be filled with suitable tiles or cement mortar and surface
should be made smooth finish before the thermal insulation. The floor insulation should be done with
13 mm thick self adhesive aluminium foil face Nitrile rubber. The junction between the insulator and fixtures
has to be watertight and airtight. Pedestal Assembly: The server room raised floor tiles are supported on pedestals made of steel construction and yellow Zinc
coated with exposed surface having a coating of special weather coating. The 25 mm dia pedestal with
bottom plate of 100 x 100 x 2mm thick, top plate of 75 x 75 x 3mm thick with required threaded bolts and
nuts for levelling adjustment should be provided. The stringer is of 1.10.mm thick rectangular pipe of 22
mm x 26mm x 573mm. Anti vibration rubber pad shall be provided below base plate. The entire system
shall enable to provide 450 mm +/- 50 mm access flooring and including all the operation of fixing the
pedestal to existing flooring with anchor bolts complete as per manufacturer's specifications. No sharp
edges or corners shall be exposed from pedestal head when floor panel is removed. The raised floor
pedestal arrangement should withstand the static load of the fully loaded rack weighing about 1500
Kg/sq.mts with additional 50% safety margin. The stringer is of 1.10.mm thick rectangular pipe of 22 mm x 26mm x 573mm. Anti vibration rubber pad
shall be provided below base plate. Stringer system is hot dipped galvanized sheet, construction having
channel, with pre-punched counter and holes at both ends of the top face for securing the stringers on to
the pedestal head to be fixed with screw ensuring maximum lateral stability in all directions. The grid
formed by the pedestal and stringer assembly shall receive the floor panel. The stringer system would be
earthed properly by using proper branded copper wire. This is required for some of the servers as transient
grounding or signal reference. Raised Floor: The server room floor should be designed for standard load confirming to BIS 875-1987. The server room
should have access flooring made of steel cement cavity flooring system having Heavy Duty point load
capacity 675 kg and uniform distribution load (UDL) 2025 kg per sq. meter load bearing 18 gauge tile size
of 600mm x 600mm, thickness 35 mm, treated for corrosion and coated epoxy conductive paint. The tile
is covered on top with high pressure antistatic hot pressured laminated sheet in required shade and colour.
The edges of the laminated are protected with black Conductive PVC edge trim 5mm wide on all sides and
this edge trim is mechanically locked and sealed in place to avoid detachment. The floor panels must have
conductive contact with the framing / the pedestals, or both for positive electrical grounding. The tile is made
of steel sheet at top and bottom with cavity filled with epoxy mix cement, bottom surface powder coated with
64 round embossing. The interior of the panels will be filled with non-combustible cementious compound.
The tile should have the Flame spread of 20 or less in class 1 as per ASTM E84 and Wear Resistance
(g/cm2) < 0.08. The plenum area formed under the raised floor must be clean, sealed, dust free, fitted with a
vapour barrier. Perforated floor panels with dampers as per the design should be provided on the designated floor for air
delivery for twelve racks. The placement of perforated panels and the number shall be decided as per the
PAC / Server racks layout. Additional 4 numbers of spare perforated floor panels, two sets of Special tools
and Tackles required for operation of false flooring shall be supplied.
Ramp is to be provided from true floor level to raised floor area at the entrance of Data Center as per the
specified design. Ramp area should be designed and installed to building code requirements.
False Ceiling: A modular and grid system, access False Ceiling at appropriate height should be installed which also supports the concealing all optical fiber cables, electrical power and lighting wiring with suitable cable tray in
all areas. It also serves as a plenum for lighting fixtures and PAC units. All the ceiling lights will be mounted
on the false ceiling and suitably supported from the true ceiling.
For Server room: The metal false ceiling should be powder coated 0.5mm thick hot dipped
galvanized steel tiles of size 600mm x 600mm with regular edge (10mm) suitable for 25mm grid
supported on powder coated galvanized steel grid. The false ceiling would be inclusive of cutouts for
lightings, for PAC return air grills, Fire detectors and any other sensors as specified in this tender. For Auxiliary / Other areas: Acoustical false ceiling of mineral fiber Board (600 x 600 x 15mm) of
Armstrong or equivalent type laid on Grid system (Micro lock edge) with 15mm thick T section (White)
having main runner 1200mm x 600mm, cross Tee at 295 HT. Mineral Fiber Board modular False
Ceiling in Armstrong in Board edge Fissured ANF tiles of size 600mm x 600mm x 15mm having Noise
reduction Co-efficient 0.5, light reflection over 75%, Relative Humidity 99%, fire performance
class0/class1 (BS 476) 24XL - Hot Dipped Galvanized Steel Suspension System having rotary stitching
on main runner, 1200 mm & 600 mm cross tees with 15mm wide flanges of white color with standard
perforation of 2.5mm dia. (16% open space) fleece with NRC of 0.70 & CAC 36, fixed to the structural
soffit by Butterfly clip hangers, suspension wires & anchor fasteners as per the manufacturer's
specification, Suspension wires to be provided at every 600mm c/c with two nos of ties on each
anchor fastener, Perimeter trim of Trulok wall angle in white color secured to wall at 450mm maximum
centers.
Partitioning Walls: The internal partitions for server room shall be 2 hours fire rated, full height 122 mm thick fire line Gyp
Board using 12.5 mm thick double fire line non-combustible gyp-board on both sides with GI sheet metal
vertical stud frame of size 72 mm thick fixed in the floor and ceiling channels of 72 mm wide to provide a
strong partition. Glass wool insulation inside shall be provided as required. Fixing shall be made by self
tapping screw width vertical studs being at 610 mm intervals. The proposed area for the power distribution
panels should be strengthened with Bison board of suitable size. The same should be inclusive of making
cut-out for switchboards and sockets etc. It shall also include preparing the surface smoothly and finally
finishing with one coat of approved brand of fire resistant coating. All other partitions in the Support area should be only chest height i.e., partitions of 1400mm height to be
made of Godrej make aluminum frame. The partitions close to the main door entry should be aesthetically
designed with fabric tiles. The partitions in the working area should be with perforated metal tiles at the
bottom and at top with fabric tiles and frosted glass tiles. (Refer Godrej Spacio catalogue for Office systems
for all these partitions work) Server Room Structured Cabling: As per TIA -942 guidelines all cables (Power & Data) will be carried under the raised flooring in separate
raceways. The power cables will be carried through raceway beneath cold aisle and the data cable will be
extended in raceways under the Hot Aisle. In the false ceiling area a proper structured cable ducting
should be provided for the electrical and networking cables which are separately placed with a minimum
distance of 400 to 500 mm. Below the raised floor area, from UPS distribution panel electrical power
cables to all racks and Network cables between servers, network racks and service provider interface box
location should be laid through the suitable cable tray arrangement. Three number of 1.5 inch PVC pipes
from raised floor to ceiling should be provided at the optical fiber interface units for routing all incoming
fiber cables from service provider and outgoing fiber / Ethernet network cables to other buildings. As well
as in the outside wall of the building for routing these external network cables, three numbers of 3" dia
PVC pipes from the first floor ceiling level to building ground level should be fixed.
Bison Board: Providing & fixing of 2 numbers of 12 mm thickness, 4' x 2' and one number of 12 mm thickness, 3' x 2' fire resistant bison board on the fire rated gypsum partition walls of the server room to provide sufficient
strength and to mount electrical distribution panels, hand fire extinguishers, optical fiber interface box,
Telephone junction box, etc as per the given design. Doors: Total 5 doors, 2 hours fire rated are required as shown in the design layout.
1. Server room entry door - height as per partititon. 2. Server room emergency exit door. - height as per partititon
3. Ante room entrance door - height as per partititon. 4. Main entrance door -height of door 2.1m
5. Emergency exit door - height of door 2.1m Lintels of RCC of 1:11/2:3 mix & tor steel on all new doors (5,6 & 7 as above) in existing walls Specification for Fire rated Doors (5 Nos): Fire rating for 120 Minutes, Conforms to IS3614 (PART-2)1992, BS476 (PART 20 & 22) and ISO834. Material: Door Frames and Leaves are made from Galvanized Steel Door Leaves: Constructed from 1.0mm thick galvanized steel sheet formed to provide a 48mm thick fully flush, double skin door shell with seamless welding joint all around. The internal construction of the
door shall be specially designed with infill to give 2 hours fire rating. Infill: All the doors will have Honey Comb Crafted Paper or equivalent infill. Door frame: Produced from 1.6mm galvanized steel sheet formed to single rebate profile of size 125mm x
57mm (+/- 0.3mm) with a maximum bending radius of 1.4mm. The necessary fixing arrangements should
be provided to mount the doorframes to the gypsum partition. Vision Glass: 2 hours Fire Rated Vision Glass with 6mm thick clear glass in rectangular shape
dimensions of 200mm x 300mm to be fixed as per the given design. Finish: The door frames and shutters are Zinc Phosphate with epoxy primer and finish with PU paint. All doors should have suitable locking mechanism with 3 keys each.
• Automatic door closures, Seals for Air Tightness and Automatic Door Bottoms should be
provided to four doors (Server room doors - 2 Nos, Ante room entrance door - 1 No. and the first
floor main entrance door - 1 No.).
Windows: Vision Glass Window - in Server Room Partition walls: All vision glass windows, fixed type proposed in the server room partition walls should be double glass panel with internal side having 2 hours fire rated wired mesh glass of 5 mm thickness or more and the outer
side toughened glass of 6 mm thickness or more. Glasses should be properly fixed in the SS frame work
suitable for 122mm thick server room partition wall. of size 1500mm(w) x 900mm(h). Windows in other area: Existing windows area to be replaced with air-tight and water-tight thick toughened glass with reflective sun
control film on window glasses of make Garware or equivalent including all fixture and fittings.
Vitrified Flooring: Thick, full body vitrified tiles 600 x 600 size conforming to IS 15622:2006 with anti skid matt finish vitrified tiles should be provided for entire first floor area other than server room. All areas should have 6"
skirting. Necessary edge, hole 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 cleaned with suitable acid or by other cleaning solutions as
soon as the place is ready for occupation or on completion of all planned interior works. The new tiles
should be fixed over the existing floor by using suitable standard chemical adhesive bond and at the end
the vitrified flooring should be finished as per the manufacturer's recommended procedure. • It should be ensured there is 100 % coverage of the adhesive behind the tiles.
• The adhesives layer should be approximately 10 to 15 mm thickness.
• While using adhesive it is very important to maintain level and flatness.
Fire resist putty: 3M™ Fire Barrier Moldable, 1/8" thick synthetic elastomer in tumescent fire-resist putty should be used for
sealing against smoke, gases and flames at appropriate locations to restore the integrity of fire rated
building construction. Floor Slab concrete: The existing floor slab opening should be closed by using appropriate steel & concrete as per standard
slab construction methods to maintain the required strength. This work must be planned and carried out at
the end after shifting all the servers in-use which are all located just below this area in the ground floor of
the building. Due to this the finishing of this surface with vitrified tiles also should be planned accordingly. POP Finishing and Painting Anti-dust type fire retardant quality painting shall be used in all areas of the Data Center. Gypsum / Plaster of Paris paste of thickness 10 -12mm punning over cement plaster shall be provided so as
to ensure a level and smooth texture to the exposed walls and columns. The existing surfaces are to be
scratched, cleaned and markers are kept before the application of punning material. After the material has
dried upon application, it is to be smoothened by means of rubbing it with sandpaper. Over this smoothened
surface one coat of primer and two coats of plastic emulsion paint of approved make & shade is to be
applied. This will be applicable for all vertical plane surfaces and for fire line gyp-board ceiling. Server
room shall additionally be applied with painting putty to level & plumb and later painting with 2 coats of fire
retardant painting. Server room true ceiling to be painted with anti- dust type fire retardant paint
All inside walls in the renovation area of the 1st floor should be finished & painted with acrylic plastic emulsion paint of approved make and shade to give an even shade over a primer coat and 2 finishing coats
of plastic emulsion. Furniture Work Table, BMS area including in-built arrangement of computer keyboard tray, drawer with lock facility
should be provided from Godrej make items described in their Spacio catalogue for Office systems. Also 8
numbers of 2 Drawer plus 1 file mobile pedestal with metal fronts storage unit for below work table - as per
Godrej Spacio catalogue should be provided. In addition, each person's work table should have the following provisions.
Electrical Power Sockets: 3 Pin 5A - 2nos and 3 Pin 5/15 A - 2 no. Data Points: Intercom with RJ11 Socket - 1 No. and LAN port with RJ45 Socket -2 Nos. All the electrical, telephone and LAN cables should be neatly wired by using concealed wire management
system provided by Godrej Interio Office Spacio tile based system. Work table size:
• Partitions with 1400mm height, 3" thick partitions with 1" thk table top finished with laminate and with computer keyboard tray as per Godrej Spacio Catalogue • Rectangular with straight edges - 1800(w) x 750(d)mm • Rectangular with peninsular edge on one side - 1800(w) x 750(d)mm • Rectangular with straight edges - 1700(w) x 750(d)mm • Profile A type with peninsular edge on one side - 1800 x 1800 x 600(d)mm
• Profile A type with peninsular edge on one side - 1800 x 1800 x 750(d)mm • Rectangular with straight edges - 1600(w) x 750(d)mm • Rectangular with peninsular edge on one side - 1700(w) x 750(d)mm • Connecting piece as per the layout • 2 Drawer plus 1 file mobile pedestal with metal fronts Storages
Chairs
20 numbers of Multi task Revolving Chairs Godrej make (Model number PCH-7031 if available or
equivalent).
Full Height Storage (as per the design): Providing & fixing Storage cabinets made out of 25mm marine
plywood laminated on both sides, duly laminated shutters and 5 numbers of internal shelves in each storage.
Rate should be inclusive of necessary Hardware, SS D-shaped cabinet handle 150mm long, Lock sets, self-
closing hinges and spring loaded shutter latch inside. Low height storage (as per the design): Providing & fixing Storage cabinets of 1400mm height made out
of 25mm marine plywood laminated on both sides including duly laminated shutters, 3 numbers of
intermediated shelves, finished both sides with laminate. Rate should be inclusive of necessary Hardware,
SS D-shaped cabinet handle 150mm long, Lock sets, self-closing hinges and spring loaded shutter latch
inside. Electrical Infrastructure: Electrical work involves supply of all materials, fixing and wiring of all Distribution boards, Associated
Cabling and Cable terminations, Lighting fixtures, Point wiring, Earthing System, Cable raceways, other
and miscellaneous items as per the data center design. All power, communication, data cablings should
be concealed and in suitable PVC conduit pipes in the false ceiling and raised floor area. Suitable capping
and casing should be used in case of routing the cable in an exposed area. Earthing: Separate earthing should be installed to earth all IT equipment, server racks, UPS etc by making dedicated
earth pits. Data Center earthing should be separate from building earth system mainly used for other Non-IT
equipments, lighting etc. The understructure system in the raised floor of the data center also shall be
properly connected to the building earth. All earth pits shall be as per IS 3043 with latest amendments. Earthing stations should contain relevant
grade of charcoal and salt packed around the earth plate / earth pipe. Earthing shall be done at indicted
location. The minimum distance between the two earth station shall be 3 meters. An earth ring with
relevant earth test terminal boxes shall to be provided at regular intervals. Adequate number of earth strips
with proper sized holes shall be provided for extending earthing / looping earth connections at various
floors shall be provided and executed as per the requirement. The Contractor has to provide heavy duty Cover of size 450 x 450 x 8 mm thick to the Earthing Chamber.
The cover is to be sand blasted and then Powder coated using Matt Jet Black Colour. The Cover is to be
fabricated using 8 mm thick Chequered Plate. Other specifications are • Earthing pits with 600 x 600 x 6mm Copper Plate earth upto 10 feet deep with all accessories (Dedi. for UPS) • 6 sqmm braided copper tape for gride earthing • 8 swg bare cu wire • 25 x 3 copper Strip for Earthing of panel
• 1c x 50 sqmm cu flexible (Green Colour) • Dedicated Earthing Box with 50mm x 10mm x 200mmLength. • Tinned copper strip with 6mm holes • 150x150x3mm Danger Notice Board & 415 Enameled Danger Board • Shock Treatment chart with Frame In Local & English Language • First Aid Medical Box • 1000mm wide 20mm thick Rubber Matting suitable for 1100 Grade
Transient Voltage Surge Suppressor (TVSS) For 10kVA UPS system incoming feeder - 1 Nos.
For PAC system incoming feeder - 1 No.
TVSS is proposed for the critical and expensive electronic equipment protection from the transient over-
voltages and shall be as per following specifications.
• Surge Current Capacity : 100 kA
• All Modes Protection : L-L, L-N, L-G, N-G • Connection Type : Parallel • Protection Level : < 1 kV • MCOV : Min. 320 Volts
• Response Time : < 0.5 nanoseconds • EMI/RFI Attenuation : 40 dB typical
• Status Indication : LED, Dry contacts • Monitoring : Monitoring of All Modes, including N-E • Fusing : Individual Fusing of MOV's including N-G • Certification : UL 1449-3 • Enclosure : NEMA Tested • Mounting : Wall Mounting • Warranty : 3 Years
TVSS Detailed Specifications - The main incoming switchboard (MSB) and distribution boards (DB) shall be equipped with TVSS as
defined in the IEEE standard 1100(1999). 1. The TVSS shall be constructed of Metal Oxide Varistor (MOV) technology and Internal surge
capacitors. 2. The surge protective devices shall be sized per IEEE Std C62.41-1991 and IEEE Std C62.45-
1992. 3. The TVSS shall have a UL listing and labeled 1449-3 suppressed voltage rating of 1000V
peak. 4. The unit shall have a maximum continuous operating voltage (MCOV) rating of minimum
320VRMS. 5. The Response time of TVSS shall be 0.5 nanoseconds. 6. The TVSS shall provide up to 40dB for RFI & EMI noise attenuation. 7. TVSS monitoring shall consist of indicator lamps and form C dry contacts. Monitoring of all
modes, including N-E is required. 8. The TVSS warranty shall be 3 years minimum and cover all parts of the TVSS.
Input Electrical Feeder Power Source: For Lighting, comfort AC loads as described below. At UPS Room:
1. 10 KVA (160 Amps) Raw power Feeder for UPS-1
2. 10 KVA Raw power Feeder for BMS UPS-2 4. 50 KVA (160 Amps) Raw power Feeder for PAC Cooling
At entrance area: 1. Panel for Lighting loads 2. Panel for Power load like comfort AC, etc.
All electrical input and output cables (Fire-retardant quality) and wiring for all UPS and PAC systems
should be provided by the vendor. All UPS systems and its backup battery banks will be installed within or
adjacent main building premises.
Structured Cabling in other areas: As per TIA -942 guidelines all power and data cables for other areas should be carried under the raised flooring in separate raceways. The power cables will be carried through raceway beneath cold aisle and the data cable will be extended in raceways under the Hot Aisle with
following considerations:
1. The interconnection cable for UPS input and output shall be single core copper to make easy termination.
2. 3.
4.
5.
Cables for PAC, Comfort AC shall be fire retardant type copper flexible conductor. The PAC interconnecting cables between indoor and outdoor units must be armoured cables.
All electrical load points in the first floor area, server and network racks load points shall be
individually wired through Fire Retardant copper conductor cable as per the specifications
mentioned in the respective area.
Separate trays should be provided for both Data and Electrical cables. Common trays are not
allowed either above ceiling or below flooring. As per TIA -942 guidelines all cables (Power & Data)
will be carried under the raised flooring in separate raceways. The power cables will be carried
through raceway beneath cold aisle and the data cable will be extended in raceways under the Hot
Aisle.
The main power cable scheduling between raw power panel and UPS, PAC main panel to PAC, UPS
to racks and storage racks, raw power panel to comfort ACs and on/off lighting panels and others
should be of industry standard with required number of runs.
Distribution Panel Boards: Two 10 KVA UPS output Distribution Panels for servers should be installed inside the Data center
for trouble free easy access and to provide a centralized control of the power supply to all
equipment in server room. The distribution panel boards should be located in an unobstructed and
illuminated area in the server room. The DB's shall be connected to separate paths of raceways
laid below the access floor in the server room. UPS source distribution boards should provide a
separate circuit and miniature circuit breaker of rating 32Amps, DP MCB, 15 + 5 spare Nos to
support all Server, and Network Racks. In addition UPS distribution board should provide
63Amps, 4P MCB - 4Nos for the two storage racks requirements. These panels should be installed
with sufficient outgoing switchgears to feed Power to all the components of the Data center as well
as with 20% of switchgears as spares in each capacity for future use. The second BMS UPS distribution panel should be located near the Store room entry door and it
should be fixed with suitable independent DP MCBs for each safety and security systems
proposed in this tender. The third PAC distribution panel should be supplied and installed inside the Data Centre for
providing power to three PAC systems. All these panels shall be made out of 14 and 16 SWG sheet steel with Powder coated finish and
suitable for floor mounting / wall mounting type. All bus bars shall be of copper with tinning. Main
Panels and Sub Panels will have standard meters and phase indicators.
Downstream cabling up to Rack level:
1.
2.
3.
4.
5.
All downstream cabling should be taken through separate covered cable boxes / cable trays of
minimum 200mm wide under the floor for power & data cables keeping a minimum distance of 1
feet apart to avoid any EMI interference between them.
Each row of server racks should have independent cable trays for power and data as mentioned
above.
All these cables should be two hour fire retardant flexible copper cable and size suitable to the
load requirements.
Each rack will have power cables from both 10KVA UPS units routed below the false flooring with
Single Phase 32 / 63Amp mobile power socket type IEC 309 connectors. These sockets should
have EN/BS standard with earth pin. This cabling provision should be done for all 12 racks and
should reach the respective rack bottom area under the false flooring.
From both 10 KVA UPS source, 2 numbers of 3 Phase 63 Amp Industrial Mobile Power sockets
should be brought to two storage racks location. All the mobile sockets and straight plugs should be
of IEC 309 type and of approved make. 32A DP+E Mobile Socket with plug 63A 4P+E Mobile Socket
with plug
Wiring for BMS System, Integration, Normal Lighting and Comfort AC. Scope: All points wiring, circuit wiring, sub mains wiring, signal cables and data cables for integration
between systems should be with two hours fire resistant cables for both power and data using rigid PVC
conduits of minimum 1.8 mm thickness and shall comply with IS 2509 of 1973 or amendments there of and
FIA approval. All primary point from Raw power should be with 3 x 4sq.mm FR Copper wire and the
individual load point power cable should be continuous 2.5 sq.mm approved make FR Copper conductor
having Green colour Earth wire for earth continuity in 660/1100 volts grade. All switch boards under the point wiring shall be the standard boxes manufactured by MK / ROMA /
Legrand and the same shall be suitable for concealed work. The boxes should be Electro Plated as per the
Manufactures standard practice and should be suitable to accommodate number of control switches, fan
regulators, sockets. The entire wiring shall have continuous 2.5 sq.mm approved make FR Copper
conductor having Green colour earth wire for earth continuity in 660/1100 volts grade. All primary point
from Raw power should be with 3 x 4sqmm FR Copper wire. The point wiring shall comply with IS 732.
The point wiring shall include wiring of any length from respective distribution board via switch or to the
point and including providing circuit wiring, in minimum 25 mm dia PVC Conduit of 1.8 mm thickness and
using wires of approved make. The entire work has to be carried out under the direct supervision and final
directions of Prime Contractor and as per the specifications laid down in this tender approved drawing.
For BMS System Equipments: All wiring related to Data Center safety and security systems equipments
and integration of the same with BMS main control system should be done as per the manufacturers
recommended procedure and as per the given design. The 10 KVA UPS system should be used for this
purpose and this UPS distribution panel should be provided with necessary MCB for these requirements.
From the distribution panel the required fire retardant grade electrical cable should reach the different BMS
equipment location and suitably terminated with 3 pin 5/15Amp switch sockets. All cabling should be
concealed in suitable PVC conduits either in the raised floor or false ceiling area. The necessary data
cables from various equipments to BMS control panel should be separately wired as per respective systems
manufactures recommended procedures. Lighting and Comfort AC: STF would provide raw electrical power distribution panels at the entrance area wall with required number
of MCBs. The respective panels are to be used for normal Lighting loads and Comfort AC loads of the first
floor area. Vendor should use independent fire retardant grade cables from these panels MCB to lighting
ON/OFF panel locations and comfort AC load points of the first floor area as per the given design. All wiring
should be planned properly with phase segregation. All the independent comfort AC power cables will be
terminated at desired wall locations near to the AC unit as per the given design with independent 20AMP
DP MCB with metal clad industrial socket and plug top fixed in suitable size MS panel box.
Normal Lighting: Evenly distributed lighting of 400 - 500 LUX illumination is proposed for the data center. It is necessary to
align the distribution of lights as per cabinet / rack / equipment layouts to avoid shadow. Required wattage
of Mirror Optics low glare light fittings should be provided to achieve desired illumination level. The lights
are 2'x2' indirect light recess mounted type with tile ceiling. Energy efficient lighting with Electronic ballast
is proposed and electronic chokes are recommended for light fittings. The rates for lighting fixtures and fans shall include all accessories and supply of all materials that may be required to make the fixture complete in all respects such as :-
• All the fixtures shall be suitable for single phase, 50 cycles, 230 Volts, AC supply system.
• All fixtures shall be factory wired with copper conductor wires. • All fixtures shall be supplied with fluorescent lamps or any other special type bulbs
• All the fixtures shall be quoted of approved make only. • 4 x 18 watts 2' x 2' Ceiling suspended light fixtures with Tubes and all accessories (Philips
TBS 300/418 M5 HF or equivalent)
All wiring should be carried out only in PVC conduits. The modular switches and control panels with MS
base manufactured by MK / ROMA / Legrand are recommended and should be located at identified
positions shown in the design so as to divide the complete floor area to 4 zones. (nearby 1st floor main
entrance door, Server room entrance door, emergency exit door and on the column near FM maintenance
area). Emergency Lighting: The lighting inside data center is connected to raw power supply Distribution Board. 20% of the lighting
would be on emergency power as shown in the design. The emergency lights should cover the server
room, FM area and passages leading to the main entrance and emergency exit. All emergency lighting
fixtures need to be powered from the 10KVA UPS distribution panel. Service Loads wiring: For support & utilities 4 Numbers of 3 Pin, 5/15 Amps combined AC switch sockets powered from the 10 KVA UPS unit distribution panel should be provided, wired and fixed at suitable locations as shown in the design. These power cables should be routed either below the raised floor or above the false ceiling depending upon the load points and necessary capping and casing should be used in the exposed area. Except otherwise necessary all other load points will require cable routing through the false ceiling. On each identified locations the required facilities are:
Electrical Power Sockets: 3 Pin 5/15 A combined Power sockets with switch- 4 nos.
Data Points: LAN port with RJ45 Socket -2 Nos.
All the electrical, telephone and LAN cables should be concealed. All cables to the work tables should be
neatly wired by using concealed wire management system provided by Godrej Interio Office Spacio tile
based system as recommended by the manufacturer.
Service area Data Cables and Remote Connectivity with installed Data Center: Also for user requirements a minimum of 28 LAN points with CAT6 cable should be wired from network
rack to reach individual locations dispersed on the same floor area (nearby workstation table, System
Admin area, BMS control area and other areas on same floor). Four geographically dispersed locations
would also need to connect to the Data Center remotely. Also provisions should be in place to connect via
secured remote connectivity for data search and retrieval facility. Five numbers of intercom telephone
wiring (total 50 meter cables) terminated on RJ11 connector also should be provided from the network
rack area to the desired locations inside the floor working area.
Comfort Air Conditioners (5 Numbers): Supply, installation, testing and commissioning of three numbers of DX type 1.5 ton split A/C unit complete
with filter, rotary/scroll Compressors, indoor unit evaporator with DIDW forward curved multi blower and
motors, outdoor condenser unit along with first charge of R22 refrigerant & cordless remote. The unit shall
be suitable for 230 ± 10% volts, 50 cycles / second, 1 phase AC supply. It shall be maximum star rated one.
Each unit is to be supplied with V-Guard make 5 KVA voltage stabilizer (Step up/down and initial time
delay features) suitably fixed close to AC units. The necessary MS stand for outdoor unit should be
supplied and properly fixed at suitable location.
(1) The air-conditioning equipment shall be a standard product of the manufacturer and of a
design of proven reliability & satisfaction in the service intended,
(2) The system shall be rated for continuous operation of 24 hours a day,
(3) The condensing unit shall be air cooled type and shall be provided with hermetically sealed
compressor meant to give a durable, trouble free and low noise performance. The
compressor shall be capable of operating continuously at the maximum ambient temperature of
45 degrees Celcius. The condensing unit shall be suitable for outdoor installation in a weather
exposed to sun and rain,
(4) Cooling units of higher cubic meter per hour (CMH) and higher static pressure are to be
provided to cover the depth of the room,
(5) The refrigerant shall be non-inflammable, non-toxic and non-explosive and have the pressure
and temperature characteristics suitable for this operation. It is proposed to provide FREON
22 being the safest,
(6) All refrigerant pipe shall be of copper possessing sufficient strength and size suitable for
service and shall be provided with thermal insulation of suitable material,
(7) Air-conditioning system of each room shall be complete with condensing units,
interconnecting refrigerant copper piping, PVC piping for condensed water drain, wiring
between the outdoor condensing unit and indoor room unit, wiring between AC Distribution
Board and outdoor condensing unit, protection devices, temperature control units and other
accessories. All wiring shall be fire retardant,
(8) The inclination of the PVC piping for draining away of water shall be properly adjusted so that
water leaked from the air-conditioning units is drained away from the room,
(9) The equipment shall be suitable for operation on 230 V +/- 10% V, Single Phase AC, 50 Hz
depending on the size of the machine. Necessary earthing arrangement shall be made. If any
equipment fails to meet the specified and guaranteed performance as found from test at site,
then the equipment is liable to be rejected and to be replaced the same free of cost by the
contractor.
Uninterrupted Power Supply (UPS) System UPS 10KVA - 2 Nos. General Description: Supply, install, test and commissioning of two numbers of true online, double conversion, high efficiency,
high power factor Uninterruptible Power Systems (UPS) rated at 10 KVA - 2 nos. with independent battery
backup support for 30 minutes on full load. The backup batteries (100AH or more capacity) should be
supplied with the necessary external open racks/cubicles and the same should be installed at UPS
enclosure. All UPS systems should be with inbuilt tuned galvanic isolation transformer and should be
integrated with the proposed BMS through a suitable communication interface card. Scope: The scope shall include design, supply, installation, testing and commissioning of the complete UPS system and related accessories including:
• All Server racks will get power feed from independent 10 KVA UPS system to ensure redundancy.
• Supply of complete three numbers of UPS systems, Load and Battery sharing panels / Battery circuit breakers, sealed maintenance free Batteries with racks for minimum 30 minutes
Backup as per specifications. • All systems should be tested in factory as per the manufactures recommended procedure for
all operating parameters and the test results should be provided during the installation. Delivery
at site, unloading, handling, installation of complete system including interconnection from the UPS
system to batteries and to input / output panels switches. All interconnections shall be done using
multistrand Flexible Copper conductor cables of appropriate sizes. Outgoing neutral cables shall
be of double capacity. • UPS should be placed on a raised concrete /metal foundation of minimum 15" height from the
floor level of the proposed ground floor area. • Scope includes battery bank connections using Nyvin cables and providing safety barriers
for all busbars and cable connection leads on battery racks. • Energization of UPS and Battery bank commissioning. • UPS control parameters setting and complete testing of system on load. • Service backup by engineer till system is fully operational and subsequently training is to be
provided to the concerned persons of the Institute. • Any upgrade of the system hardware and associated other software during the warranty
period should be supplied free of charge. • Acceptance tests will be carried out after installation and the systems will be taken over only
after successful completion of the acceptance tests. • Operation and service manuals of the systems containing technical / Electronic drawings /
circuit diagrams complete in all respects should be supplied.
Quality Tests: Entire system shall be completely checked & tested for Full load, Transient Analysis, Over
voltage, Over Load, Power failure, Efficiency at 50% should be at least 93% and 94% at 75% load 95% at
100% loads and all other functions. Specification / features of the UPS system are as follows:
• Widest input range. • Double conversion and IGBT technology. • Full IGBT Rectifier / Battery charger with power factor correction up to unity.. • IGBT based Inverter • Inbuilt Tuned Galvanic Isolation Transformer at output.
• Batteries to support 30 minutes full load backup. • Static Bypass switch • Maintenance bypass switch • Power distribution panels • Lightning and Surge Protection • Programmable Front Panel Interface and Front-access servicing • Dual feed input • Remote Emergency Power off • Facility for integration with BMS
• N+X parallel redundancy to increase the reliability and flexibility. • High input power factor (pf >0.99) and low harmonic distortion (iTHD: <3%)
• Overall high efficiency >94%, saving the operating cost.
• Parallel redundancy without extra hardware needed. • Easy to expand in a cost effective way • Built-in manual and static bypass switch for maintenance. • Built-in SRAM, to record up to 500 real-time event logs or more.
• Redundant auxiliary power and control circuit. • Scheduled battery test and battery replacement warning. • Local and remote emergency power off function (LEPO and REPO).
• Compatible with generator installation. • User-friendly LCD display and LED indicators. • External battery pack available to extend the backup time.
• Load Bus Synchronization. • MODBUS Compatible to integrate with BMS.
IGBT Rectifier / Battery charger: The IGBT Rectifier/Battery charger will have an input isolating switch and a PWM digital vector control
system (DSP based) which, in addition to normal functions (AC/DC conversion), will automatically correct the input power factor to a value > 0.99 and limit the harmonic rejection to the mains at a THDI value < 3% at full output load, and a THDi value < 5% for any other condition. For the battery charger function, this converter will include built-in fuses and a control circuit for the voltage
and battery recharging current. The ripple current to the batteries will be less than 0.05 C10. A microprocessor control function will perform the following operations:
• Test the battery by automatically performing a partial battery discharge at weekly intervals or at intervals defined by the user
• Adjust battery float voltage as a function of ambient temperature
• Calculate the remaining battery autonomy time during discharge • Automatically compensate battery shutdown voltage as a function of the time for prolonged
discharges.
IGBT Inverter: The IGBT inverter will have a PWM digital vector control system (DSP based), capable of converting
DC voltage from the IGBT rectifier or battery into AC voltage. A rated output filter will create an output
voltage sinusoidal envelope. The control circuit, in addition to normal functions, will automatically adjust
nominal output power in accordance with ambient temperature. Inverter should be able to deliver full active power at Unity power factor ( KVA=KW) Static Bypass Switch: The static bypass switch will feature a separate power input and will consist of the following:
• Static switches (SCR type), which can support overloads and short circuits downstream of the UPS
• A back feed detection circuit as specified by IEC/EN 62040-1-1, clause 5.1.4 • A bypass and maintenance bypass input isolating switch with auxiliary indicator contact • An output load switch.
The control logic will be handled by digital algorithms (using vector control techniques), similar to those used for the rectifier and the inverter. The static bypass shall be equipped with a backfeed protection
device compliant with clause 5.1.4 of IEC/EN 62040-1-1; and a relay signal contact for the control of the
external back feed isolator to be installed on the bypass line upstream from the UPS. Maintenance Bypass Switch The UPS will be equipped with a bypass switch capable of transferring the load to the bypass supply
without interruption so as to enable the UPS to be switched off and isolated for maintenance operations.
The supply to the load will be maintained.
Batteries: The VRLA, SMF batteries will feature an enclosure made of self-extinguishing material. The batteries will be
housed in one or more racks/ cubicles and will be protected by fuses located on each pole and via a
dedicated switch. Each UPS should have a set of 34 nos of 12V/100Ah batteries. Isolation transformer: The UPS should have inbuilt tuned Galvanic Isolation Transformer integrated to the inverter output. Operating Modes: This section describes the different operating modes of the Uninterruptible Power System. The UPS, using the above-mentioned digital vector control (DSP system), will be able to operate both in
double conversion and digital interactive modes. The operating mode may be factory set by the
manufacturer during testing or by the customer using the appropriate diagnostic and control software. The IGBT inverter will be synchronised with the bypass line so that the load can be transferred from the
inverter (conditioned line) to the bypass supply (direct line) and vice versa without any break in the supply to
the load. In all operating modes, the battery charger will provide the power necessary to keep the battery
fully charged. Double conversion operation In this operating mode, under normal service conditions, the load will always be supplied from the inverter, guaranteeing maximum protection for the load. Upon failure or reduction of the primary AC source, the load will be supplied by the battery through the inverter. During this phase, power will be drawn
from the battery. Visible and audible signals will alert the user to this operating state. The remaining
autonomy time will be calculated by a diagnostic algorithm. Upon return of the primary AC source to within tolerance limits, the Uninterruptible Power System will
recommence operating in normal mode. In the event of an inverter overload, manual stop or failure or
temporary overload downstream of the UPS, the load will be automatically transferred to the bypass supply
source without interruption. In the event of an overload with an unsuitable supply, the Uninterruptible Power System will not transfer
the load but will continue to supply it from the inverter for a period of time dependent upon the extent of the
overload and the characteristics of the UPS. The user will be alerted of these anomalous operating
conditions via the alarm.
Digital interactive mode In this operating mode, under normal service conditions, the load will always be supplied from the direct line through the bypass static switch. The quality of the direct line will be monitored constantly using algorithms operated in real time by the DSP control system. If the direct line is outside the permitted tolerances, the load will be automatically transferred to the conditioned line (inverter) without
interruption. In the absence of power supply to the direct and conditioned lines, the battery will supply power to the loads
through the inverter. During this phase, power will be drawn from the battery and the battery charge will be
reduced. Visible and audible signals will alert the user to this operating state. The remaining autonomy time
will be calculated by a diagnostic algorithm.
When the quality and reliability of the direct line return within permitted limits, the UPS will automatically
start supplying the load from the direct line. Operation and control of the UPS should be provided through
the use of microprocessor-controlled logic. Indications, measurements and alarms, together with battery
autonomy, will be shown on a graphic liquid crystal display (LCD). The procedures for start up, shutdown
and manual transfer of the load to and from bypass will be explained in clear step-by-step sequences on
the LCD display.
Controls and Diagnostics
The controls for the electronic power supply modules will guarantee the following:
• A three-phase power supply which is ideal for the load • Controlled battery recharging • Minimum harmonic rejection to the upstream mains power supply (THDi<3% at full load,
THDi<5% in any other condition).
The UPS will feature a digital vector control based on a DSP (Digital Signal Processor). The special DSP
algorithms must be designed to ensure rapid and flexible processing of the detected data, allowing rapid
generation of controlled variables. It must also be possible to run the control for the electronic inverter devices in real time to:
• Improve short-circuit behaviour (300% In for 10 ms, 150% In up to 5 s) • Have a synchronised (precise phase) angle between UPS output and bypass network, in the
event of mains voltage distortion • Highly flexible parallel operation.
Warning/fault: this page contains information regarding various anomalies concerning power converters
such as the bypass, rectifier, inverter and booster/charger. In addition to this there is also warning and fault
information relating to the battery and the load.
Events log: displays the date and time of important UPS events, alarms and other warnings.
Measurements: This page holds the full set of measurements for each functional block (rectifier, bypass,
booster/charger, batteries, inverter and load). The UPS will provide the measurements (voltage, current
and frequency) for every single internal functional block and this information will be directly accessible on
the display, via the measurements button.
Battery: displays the battery status/values including temperature, cell voltage, capacity and run time as
well as commands for allowing the user to configure battery testing.
Tools: this page allows users to customize the settings of the LCD display and to select the desired
language, choosing between 15 languages.
Controls The UPS will be provided with the following controls:
• Inverter start, Inverter stop, Reset faults and Buzzer/mute alarm
Signals and alarms The UPS must provide signals and alarms for every single functional block. These signals must be directly accessible via the display, by clicking the warning and fault button. The UPS will also:
• Clearly display, upon mains failure, the remaining battery autonomy which will be a function of
battery status and charge (discharge curve, degradation, operating temperature, etc) • Have three serial RS232 ports for compatibility and communications with special peripheral units
and for remote connections • Be able to support remote graphic measurement and signaling software • Be able to interface with a network monitoring system using SNMP slot-in cards • Provide a tele-monitoring function (see description under section 6.0 "Tele monitoring")
A voltage-free input will also be provided to disable the static switches and all power converters (EPO) in case of emergency. Programmable I/O contacts (at least 4 voltage-free outputs and 2 inputs).
Monitoring and control from service centre The system will be capable of analyzing UPS operation and electrical supply in order to identify faults
and thus prevent the occurrence of conditions likely to damage the equipment protected by the UPS.
The system will guarantee single or parallel UPS surveillance, 24 hours a day for 365 days a year by
authorised technical personnel operating remotely. The system will provide a detailed, preventive
analysis of connected UPS, without any of the disruption associated with an on-site visit.
The tele-monitoring system will offer the following main features:
• Continuous monitoring and control of the performance of end-user UPS.
• Bi-directional communications between end-user UPS, Authorised Service Centre and its
authorised field service engineers.
• Automatic location of Service Engineers in the event of anomalous UPS functioning (even at
night and during public holidays).
• Possibility of using graphic software for remote in-depth analysis and control.
• Periodic reports on UPS performance with advice from Service Centre engineers.
Power Factor Configuration Nominal Voltage Voltage Regulation Voltage THD Frequency Frequency Regulation - Free run frequency (Unsynchronised with bypass) Frequency Regulation (synchronised with bypass) Slew Rate Creast Factor Transient response at 100% step load Recovery time Over load capacity
AC-AC Efficiency Transfer time - Mains to battery Transfer time - Inverter to bypass - Synchronisation mode Transfer time - Inverter to bypass - Unsynchronisation mode Isolation Transformer Parallel Redundancy Input parameter Configuration Nominal Voltage Voltage range Frequency Frequency range- Hz Power Factor Current Distortion (I-THD) Operation with reverse phase sequence
Bypass
Voltage Voltage Range Frequency Frequency Range Inbuilt Battery Charger Boost charging Regulation Ripple Temp. compenseted battery Charger Battery parameters Type No. of batteries
Battery capacity Minimum Back up time at full load
0.8 or better Single phase, L, N + PE 230 V AC +/- 1% <=2% - Linear load <=3% - Non linear load 50 HZ +/- 0.1 Hz +/- 1,2, 3 Hz 0.2/0.4 Hz / sec 3:1
max. +/- 10% <10 millisecond 150% - 60 seconds 125% - 10 minutes
110% - 60 minutes 84% or better 0 millisecond 0
millisecond 20 millisecond Required at output 1+1 3 phase & Neutral + PE
415 V AC +25% and -30% 50 HZ 45 to 55 HZ 1 (Unity) <= 5% UPS should work on mains in case of phase sequence is reversed. 230 V AC 207V to 253 V AC 50 HZ 47 to 53HZ Yes; No external charger will be accepted. YES +/- 1% <2%rms
Required
SMF, VRLA 16 numbers of same batch or more 12V ; 120AH or more 30 minutes minimum or more
Output parameter Capacity10KVA/8 8KW
10 KVA UPS Technical Specification:
Environmental Parameters Operating temperature Storage temperature Relative Humidity Temperature derating Altitude derating Noise level Mechanical Parameters Hight X width X Depth (MM) Weight Ventilation Cable Entry Colour / Panel finish
Base castor wheels Protection Other features of the system Monitoring software and interface Type of UPS DSP/Micro processor based control Functional with reverse phase sequence Battery test facility Maximum Autonomy time Parallel Redundant Low output V-THD Output isolation Transformer LCD display Standards
0 to 45 deg. centigrade 0 to
70 deg. centigrade 95% RH 1.5% per deg. c. between 40 to 50 deg. c. 1% per 100m between 1000m to 2000m <60db Small foot-Print.
Maximum 200 kg. Forced - Air cooled Front - Bottom Structured dark Grey YES IP21 / IP20 BMS connectivity; Modbus
ON Line Required Required Required 60 minutes 1+1 WITHOUT ANY EXTERNAL DEVICE Required Essential or quote external at Input side 4 line LCD display IEC62040
The constructional and functional characteristics of all UPS must be in line with the state-of-the-art
technology in this field. The OEM of the UPS must be able to provide proof that it is ISO 9001-2000 and
ISO 14001 certified for design and manufacturing and for the provision of services. Installation:
(i) (ii) (iii)
(iv) (v)
The entire system shall be installed as per manufacturer's recommendations &
instructions including all interconnections for supply & control circuits. A minimum working space shall be maintained around the equipment as per shop
drawings, Consultant's reference drawings & relevant standards. All components shall be clearly identified using labels including battery cells individually. Services of authorized representative or manufacturer for supervision of installation,
connections, testing, & adjustments shall be provided. All cables shall be properly routed through cable trays and connected using proper lugs. All
battery terminals need to be shrouded.
Testing& Commissioning:
(i)
(ii)
Under supervision of manufacturer's representative all system functions, operations,
protective features shall be checked & preset to ensure compliance or specifications.
Test the system as per recommendations & test listed bellow using pre-calibrated instruments
preferably by third party inspection agency. 1. Load simulation. 2. Simulation of malfunctions to verify protective device operations.
3. Duration of supply on emergency. Low battery voltage alarm & shutdown, transfer & restoration of normal supply.
4. Harmonic contents of input & output current under all load conditions. 5. Remote status & alarm tests.
In case of test any shortfalls / faults, the same shall be rectified & test procedure shall be again repeated to establish satisfactory performance.
(iii) Record individual cell voltage & equalize the charging of the cells as per manufacture's recommendations.
Cleaning: On completion of installation, testing of the system all components, cabinets etc. shall be cleaned &
unwanted material, debris shall be removed from site. Scratches dents if any shall be cleaned & touched
up to match the original finish. Drawings & Manuals: Following drawings & manuals / information shall be submitted in at least THREE copies at appropriate stages & for handing over the system.
i Manufacturer's data for product, features, components & performance along with the offer. ii Operation & maintenance manual with;
1. List of recommended spares & replacement components. 2. Detail operating instructions covering operations in normal & abnormal conditions. 3. Shop drawings showing detail fabrication, assembly of components, internal &
interconnecting wiring, dimensions, plans & views, installation details access &
clearance etc for approval. 4. Product certificates for Brought out items. 5. Factory test certificates & Inspection report. 6. Field
test reports.
After Sales Service: (a) Round the clock Service shall be guaranteed by supplier during defect liability period /
guarantee period. A certain minimum stock of spares shall be maintained by supplier at site. (b) OEM of the UPS system shall also quote for 24 x 7 services through their authorized service
engineer for a period of at least 3 years after guarantee period. (c) OEM of the UPS system shall offer an unconditional guarantee / warranty of equipment for a
Period of 36 months against any failure. (d) The equipment must carry OEM's on-site warranty for Three Years from the date of taking
over of the equipment after the acceptance tests. Warranty period will stand extended for a period
of total downtime of the UPS System. (e) The batteries must carry on-site warranty for minimum period of 24 months from the date of
installation.
Heat Ventilation Air Conditioning System (PAC):
A. Two numbers of Precision Air Conditioning of 8 TR sensible load capacity working in N+1 redundancy mode to maintain the selected Temperature, Humidity and Dust control in the server
room. B. Comfort Air Conditioners: Total 5 numbers of Split Air conditioners systems with individual V-
Guard 5 KVA stabilizers.
Precision Air Conditioning System (3 Nos): General Description: Supply, installation, testing and commissioning of bottom discharged DX Type Air-conditioning Units
designed specifically for high sensible heat ratio with variable cooling technique to match the low latent
loads of systems to be installed in Server Rooms for effective and uniform distribution of cooling. The hot
air will be taken through the false ceiling area. The units should be equipped with micro processor based programmable logic controller, high efficiency
filter 95% down to 5 micron, evaporator, DX coils, variable speed EC fan motor, humidification, heating
arrangement, Scroll compressors, matching remote condensers, interconnected refrigerant piping, refrigerant charge, all necessary valves, fittings, fire controls, wet sensor and front display panel, controls etc. The unit offered shall be 8 TR sensible capacity or more with oil separators and other accessories & safety features for automatic operation of the system and should be compatible for integration to any open protocol BMS of any make. The precision unit shall be air cooled and shall be Eco friendly R-407C / R-410A refrigerant based system. The necessary outdoor units should be installed as per the procedure recommended by the manufacturer. Further the condensers should able to handle the ambient temperature of 45 degree Celsius and or up to 90% humidity level situations without degrading the operational capacity.
The precision air-conditioners shall support continuous operation and capable of supplying high air flow
and maintaining a temperature range of 20 degree Celsius with a maximum of +1 degree and relative
humidity of 50% with a maximum variation of 5% on higher and lower side. A programmable sequential
controller should be provided for the automatic operation of any single or combination of PACs based on
the pre-programmed setting. The equipment shall be suitable to operate on 415 Volts 3 phase, 4 wires, 50
Hz. AC. supply with a variation of ±10% in Volts and ±5% in frequency respectively. The supply for
illumination and single-phase equipment shall be 230 Volts A.C. The PAC units control strategies shall be PID Logic Control with dew point compensation for accurate
temperature and humidity control. A selection of return or supply air control shall be provided to suit the
application. Access to the controller setting shall be protected with passwords to prevent against
unauthorized access. In normal operating mode the main screen shall display unit number, temperature
and relative humidity set points and actual, graphs, time, date and operating status. Dynamic icons shall
identify the system operating mode. 48 hour real time log of temperature and humidity data shall be
retained by the control system. All parameters and data shall be protected in memory by an onboard
battery. Each unit shall be capable of providing sensible cooling capacities at rated ambient temperatures with
adequate airflow and should be meant for 24 hours/365 days operation. The individual unit shall have an
inbuilt soft start arrangement to limit the starting current. The internal cooling design shall follow cold aisle
and hot aisle. False Flooring shall be provided for all the areas where Precision Air Conditioning units
shall be installed. Precision Air Conditioning units shall supply air through grilles placed with raised floor.
Each unit should be provided with facility to fully integrate. Any other components required for fail-proof
running of PACs should be included in the cost of the package. The three units of Precision Air Conditioning System working in N+1 redundancy mode or sequential mode
to maintain the selected Temperature, Humidity and Dust control in the server room. The supplied
systems shall include all (but without limiting) equipments for this purpose, accessories matching to raised
floor and false ceiling, pipes, refrigerant, input power cables from the ground floor distribution panel,
communication cables, supports, Power distribution panel along with switchgear and accessories, suitable
power outlet boxes with breakers for individual connections to the AHUs and integration to the proposed BMS. This shall also includes, but not be restricted to the following:
1. Precision Air Conditioning units (Indoor cooling unit & Air Cooled Outdoor Condensing unit) with motors and Drives etc.
2. Insulation for Refrigerant Piping. 3. Supply air grilles with dampers 4. Return air grilles 5. Return air plenum 6. Floor Insulation 7. Foundation bolts, Grouting, Vibration Isolators, Base Frames etc. for mounting the outdoor
condensing unit, indoor Cooling Unit and other equipment. 8. Supply & Installation of Hard drawn Copper piping with suitable 13 mm thick Nitrile rubber
insulation from indoor to outdoor units for suction line & Liquid Line Copper pipes.
Other specifications are as below.
No. DESCRIPTION REQUIREMENTS
1 Flow Direction Downward flow
2 Inside Condition 20C+ 1C (DB) & 50% + 5% RH
3 Ambient Condition 42C DBT 4 Total Sensible capacity per unit. 8 TR. 5 Air Quantity per unit 4800 CFM (minimum) 6 Filters Filter to be provided on the Package unit having 95%
efficiency down to 5 Microns. 7 Face velocity across cooling coils < 2.5 Meters./sec 8 Type of load High sensible heat load (sensible heat factor above 0.90) 9 Programmable sequential For the automatic operation of any single or combination
controller of PACs based on the pre-programmed setting
Humidifier Precision air-conditioning must have built in humidifier and electric heater. Alternatively it may be infrared
type consisting of high intensity quartz lamps mounted above and out of the water supply. The humidifier
should be designed in such a way that the steam shall be distributed evenly into the bypass airstreams of
the environment control system to ensure full integration of the water vapour into the supply air without
condensation and not to disturb the air flow distribution in the server room. The capacity of the humidifier
should be of adjustable from 30% to 100%. The unit shall be designed for a CFM in the range of 580 to 600.
(Using re-heater for de-humidification is not allowed for better energy efficiency). It is to be ensured that electrodes or quartz lamps will not function without water. It should prevent
bacterial growth and eliminates the need for chemical treatment. Should be fully serviceable design
ensures quick and cost effective maintenance. The capacity of the humidifier should be of adjustable from 30% to 100%. The steam shall be distributed
evenly into the bypass air stream of the environmental control system to ensure full integration of the water vapour into the supply air without condensation. It has to be inbuilt Cabinet The frame shall be constructed of 2.5, 2.0 and 1.20 mm folded steel. The external panels shall be
constructed of 1.2 mm zinc coated sheet steel. Front, rear and end panels shall be fitted with 25 mm Glass
fibre insulation. The side panels are of double skinned construction to have low noise, vibration and
enhance life span. The cabinet shall be powder coated. The hinged front panels shall be removable from
front. The cabinet is completely assembled with pop rivets to have higher rigidity Coil & blower section should be insulated internally for both acoustics and thermal purpose with 25 mm
thick resin bonded glass wool of 48-kg/cm3 density covered with glass nylon cloth of fire proof grade. The
insulation should be fire retardant type.
Refrigerant Circuit
The refrigerant system shall be of the direct expansion type and incorporate hermetic scroll compressor complete with crankcase heaters.
Compressor The compressor shall be of the high efficiency scroll design with variable cooling capability in stepless manner. Each compressor shall have rot lock valve for service purpose & have inbuilt overloads, HP & LP controllers and mounted on vibration isolators. Pressure gauge ports should be provided in each compressor. Adjustable time delay circuit should be provided to each compressor for restart in case of supply interruption. The refrigerant used shall be environment friendly HFC, R-407-C in view of long term usage of the data center equipments, availability of spares and refrigerant.
Fan Motor Assembly Fan should be driven by a weatherproof electric motor suitable for operation 50 Hz Ac supply.
Evaporative Coil
1. The Evaporator coil shall preferably be constructed of rifled bore / inner grooved copper tubes of gauge 28-31 mm (rifled bore type) and louvered aluminum fins (0.10 mm & 11 fins per inch)
2. The frame and drip tray should be fabricated from heavy gauge aluminum. The drip tray must be doubling angled for condensate flow and easily removable for cleaning.
3. Hydrophilic treatment is preferred for evaporator for all units.
Air Cooled Condenser
Each condenser unit should incorporate the following: 1. A heat rejection coil block which should be constructed from suitable gauge copper tubes
expanded on to straight aluminium fins ( Approx 12 fins/inches) 2. The fan should be selected for quiet operation with noise level not exceeding 65 dba at 1
meter distance. The fan should be directly driven by a low speed motor and constructed from
CRCA sheet and powder coated. 3. When compressor stops condenser fan should also stop. 4. The condenser should be suitable for horizontal / Vertical mounting type 5. The entire assembly should be supported by a corrosion treated frame having four legs 6. Each condenser should have speed control to automatically vary the speed of fan with the
change in ambient temperature.
Service Access
No side access should be required for servicing and maintenance. All servicing should be possible from the front of the unit only. Microprocessor Controller: Each Air conditioner should have single microprocessor with following controls:
Control Type The controls shall be a microprocessor based, PID based programmable logic controller. The controls
shall have separate indication of operating modes (cooling, heating, humidifying and dehumidifying), alarm conditions (temperature high, loss of sensor, compressor HP & LP, wet floor, no air flow and low humidifier water). The display and indication shall be visible on the front without removing any external panels. Local and remote alarms will be triggered if an alarm condition is reached. There shall be a separator monitor of each unit which shall be placed outside the room. The control cable shall be laid between the two monitor. The control system shall allow programming / setting the following conditions:
1. Temperature set point 2. Humidity Set point 3. High Temperature Alarm 4. Low temperature Alarm 5. High Humidity Alarm
6. Low Humidity Alarm 7. Unit identification number. 8. Startup Delay, Cold start Delay and Fan Run on timers
9. Sensor Calibration. 10. Remote shutdown & general Alarm management
11. Compressor Sequencing. 12. Return temperature control. 13. Choice of Modulating output types.
Alarms The system should activate an audible, visual and general alarm in the event of any of the following conditions:
1. High / Low Temperature 2. High / Low Humidity 3. Loss of Air / No Air flow 4. High / Low Pressure 5. Low Humidifier Water 6. Wet Floor 7. Service Intervals 8. Any other required conditions 9. Spare Alarm 1 and 2 (Customized text)
Diagnostics: An onboard blow-out detection circuit should protect the controller from abnormally low mains voltages and initiate a staged restart of the unit's components when the mains returns to normal levels.
The control should have an auto-restart feature which will return the unit to normal operation resumption of mains power The unit shall also incorporate the following protections:
1. Single / Reverse phasing 2. Phase imbalancing 3. Overload tripping 4. Proportional, Integral and Derivative (PID) & Dew point control strategies should be
employed.
Teamwork mode of operation & cascading: To save energy by preventing operation of units in opposite
modes multiple units. In case the condition is not achieved by two machines, the 3rd machine will be switched
'ON' & once condition is achieved, it will be switched 'OFF'. Display: In normal operating mode the screen should display unit number, temperature and relative
humidity set points and actual, graphs, time, date and operating status. It should be able to record a real
time 48 hour data log of temperature and humidity updated every minute. Large LCD backlit graphic display for clear visibility of text and graphics indicating: Unit number, Time &
Date, Temperature & Humidity value (actual and set point) and four hour history graph, Dynamic"
operating mode icons, any other essential parameters.
Other activities: 1. Balancing of the entire Precision Air Conditioning installation. 2. Providing Return air plenum made of powder coated GI sheet to connect the PAC unit to the
false ceiling for the return air path. Colour of the plenum should match with the colour of the PAC unit
3. Providing return air grilles without damper on the ceiling. 4. All Minor Masonry, Carpentry and Civil works such as cutting opening in Masonry Walls,
Internal Partitions, RCC Slabs etc. for Pipes and Cables and making them good the same to
match existing works / décor shall be done by the Contractor, wherever asked for by the Engineer-
in-Charge. 5. All other works associated with above items as per specifications, drawings and conditions of
contract except those specifically excluded.
6. Drainage pipe from unit to drain sump. 7. Cleaning of site & handing over the works. 8. Test reports, list of recommended spares, as-installed drawings, operation and maintenance
manual for the entire Precision Air Conditioning installation. 9. Training of Owner's Staff.
Server Racks Six numbers of server racks size 19" 42U, 600 x 1000mm, Perforation up to 83% on front and rear doors,
shall have fixed 19" installation on the front & rear for components as per IEC 297-3. Installation of
chassis rails and 19" shelves possible. Racks to have min jumpiring space of 85.5 mm in the front, RAL
9011 black shade, 19" bracket extrusions, sheet steel zinc passivated, Doors shall be front and back
perforated with Swing Handles and Locks. Opening Angle shall be 180 degrees and should be Left Right
veritable, Frame shall be all Aluminium with Die Cast Corner Pieces, Rack frame shall be extruded
aluminium and polished. Rack unit capacity with adjustable front and back rails. Front door comes
standard with Plexiglas window. Rear door is perforated for maximum air circulation. Cutouts are provided
for optional exhaust fan and cabling. Two numbers of non-surge, vertical power strips with 15 numbers of single phase 3 Pin 5/15Amps sockets
are to be supplied and fixed in each racks. The current capacity of each power strip shall not be less than
32 amps and the input cable should be fire resistant grade and fixed with suitable 32A DP+E mobile IEC
309 type plug. Vertical cable manager / loops, fans, castors, levelers, bolts, nuts and 2 no. of 2U Horizontal
cable manager should be provided.
1. Two numbers of Racks size 2U for Servers.. 2. The supplied Rack shall allow free air movement through the rack. Perforation up to 83% on
front doors shall be provided for this purpose. 3. Racks shall have fixed 19" installation on the front & rear side for components as per IEC
297-3. Installation of chassis rails and 19" shelves possible. Racks to have min jumpiring space of 85.5 mm in the front. Four Post, Depth-Adjustable Rack Rails With Square Holes
4. Racks shall be EMC shielded & thermal management to design model
5. Racks shall have a protective rating of IP 40 6. Racks shall conform to DIN standard 41494 for electronic enclosures. 7. Racks shall RAL 9011black shade, Heavy Duty Casters And Leveling Feet 8. Racks shall have multifunctional struts and 19" bracket extrusions, sheet steel zinc
passivated. 9. Doors shall be front and back Perforated with Swing Handles and Locks. Opening Angle shall
be 180 degrees and should be Left Right Convertible. 10. Rack frame shall be extruded aluminium and polished with Die Cast Corner Pieces 11. Each rack will have 2 nos. power strips mounted vertically along both sides of the rack, each
capable of connecting 15 servers for supplying single phase power supply to the servers. The
current capacity of each power strip shall not be less than 32 amps (see table below). Rack PDU specification.
Input
Nominal Input Voltage Input Frequency Maximum Input Current Load Capacity Input Connections Cord Length Number of Power Cords Output Nominal Output Voltage
Maximum Total Current Output Connections Minimum Output Sockets
220-240 VAC Single Phase 50 Hz 32A 7 KVA IEC 309 32A 2P+E 3.05 meters 2 230V 32A BS546 Female 3 Pin 5/15A Indian Standard 15
Nos.
Smart Card Based Access Control
Microprocessor, TCP/IP based Main Controller directly on LAN in master slave configuration having 12
door Reader Capacity and controlling I/O or reader board modules as per system requirement. The system
should also logs the entry and exit records for later auditing. This system should assist in controlling any
unauthorized movement within the restricted server and UPS room area. Four units of IP based
electronic access control system at server room entry door, emergency door, ante room and UPS room
entry door should be installed for restricted access based on preset access policy. Other requirements are
as follows. • Main entry door to UPS and Ante room should be Card based access control and the server
room doors will have to be with biometric based Smart Card reader units. • Exit from doors will be with push button also with Emergency exit switch / Break glass switch • Electromagnetic Lock (600 Lbs) suitable for Single / Double Door with door position sensor &
necessary accessories. • All access records to be captured in software log. • Enterprise Access Control System Software for 18 readers with 1 client user license with
browser based GUI, support integration with other systems. • Time & Attendance Module with capability. • Concealed Cabling with suitable fire retardant power and data cables as per manufacturer
recommendation should be carried out in 25 mm dia PVC Conduit.
General Description The work under this system shall consist of design, supply, installation, testing, training & handing over of
all materials, equipment's and appliances and labour necessary to commission the said system, complete with
Door controller and smart card readers. It shall also include laying of cabling, necessary for installation of the
system as indicated in the Specification. Any openings/chasing in the wall/ceiling required for the installation
shall be made good in appropriate manner. The IP based Access Control System shall be used to serve the objective of allowing entry and exit to and
from the server / UPS room to authorized personnel only. Individual access cards shall be issued to all the
authorised personnel. The system shall authorize entry only after the card read by the smart card reader is
validated with respect to door, time & day of the week. The system deployed will be based on Proximity as
well as Biometric Technology for the server room and Proximity technology for UPS room. These doors will
be provided with additional electric locks, and will operate on fail-safe principle. The readers are connected
to controllers, which in turn are connected to operator station. The operator station software provides an
easy to use yet secure way to manage the movement of employees and visitors. The system would be designed and implemented to provide following functionality: • Configurable system for user defined access policy based on Day, Date, Time and duration
based access rights would be user configurable for each access point and for each user. • Built-in Real Time Clock (RTC), calendar; complete Database stored locally and shall be
capable of operating offline on standalone mode • Record, report and archive each and every activity (permission granted and / or rejected) for
each access point with user defined reporting and log formats • Fail safe operation in case of no-power condition and abnormal condition such as fire, theft,
intrusion, loss of access control, etc. • One user can have different policy / access rights for different access points. • The same will be achieved by bio-technical equipments like fingerprint for specific high security
server room entry. • The card transactional database is processed for attendance purpose and other standard office
process. • On detection of fire the exit door can be unlocked automatically. • The Access Control System is seamlessly integrated with Fire and BMS. In case of a fire alarm
this ensures that the doors are unlocked Such Events and Logs generated in System.
At the server room entry the employee uses the smart card and immediately presents the finger to the
biometric reader which is unique to each employee. The pattern is read and compared with stored data to
grant / deny access. The system should provide all other standard features.
Control unit functional specification:
• Control Unit for the handling of mono-directional and bidirectional access doors. The unit shall be able to manage personnel identification readers based upon different and even combined
technologies (proximity, biometric, etc.) as well as I/O modules. • Enhanced decision making capability based upon its own data base and/or information
coming from other Control Units connected to the same network in a peer-to-peer
communication mode. • Handling of pre-established paths personalized for each Card holder. • Handling of the maximum number of Card holders that can be present in a given area. • Complete stand alone gate logic handling: Access is denied for
o erroneous reading; o invalid system code; o card
validity expired; o card validity blocked or suspended; o current time does not match with enabled time zones: o accessed zone does not match with enabled geographical zones; o Pin error
• Handling of transit under duress situation. • Antipass back control, path control, control of the min/max number of cardholders present in an
area using the peer-to-peer communication with other Control Units.
• Handling of passage reasons for T&A. • Time programs to unconditionally block/unblock given gates during specified time periods. • Directly connected to the Supervisory Control system via Ethernet LAN and TCP/IP protocol. • Peer-to-peer direct communication via TCP-IP with other Control Units for enhanced decision
making and full stand-alone operation. • Low voltage power supply (12 V dc/ac) for maximum safety.
Access Software Features & Requirements General Description:
• The Access Control System (ACS) software shall be a module in the integrated software. The Access Control System software shall be capable of integrating multiple functions including
Access control, Time and Attendance Management of employees, Alarm Management,
Database Partitioning, and external system database sharing of employee personal information
(Import Utility). • The system shall be modular in nature, and shall permit expansion of both capacity and
functionality through the addition of control panels, card readers, software modules and sensors.
Software features: The software shall have a capacity to accommodate the following based on licensing
1. A central database on the server able to support up to unlimited badges
2. Unlimited number of card profiles.
3. Unlimited number of operators. 4. Central on-line data storage of historical transactions, expandable as system resources allow.
5. Multiple levels of alarm priority. 6. All other standard features
The ACS Software should be configured in the integrated BMS server. The ACS Software server shall
operate on latest Windows / Linux platforms. The ACS Software shall be designed for unattended
execution and should not have any user interface. The system software should support new card issue,
monitoring and other administration activities. Short Range Entry Card Readers: The card reader shall be of Open type based Smart Card
technology. The card readers shall be of high reliability, consistent read range characters, low power
consumption and easy to install. Card readers should be "single-package" type, combining electronics and antenna in one package, in the following configurations:
• The reader should be of potted, polycarbonate material, sealed to a rating of IP54. • The reader should be UL/C 294 listed, and should be FCC and CE certified,
• Should conform to ISO 14443/15693 (Read only) Standard. • Transmit Frequency: 13.56 MHz • Should have a read range of 2" to 3" when used with the compatible access card. • The reader should require that a card once read, must be removed from the RF field before it
will be read again, to prevent multiple reads from a single card presentation and anti-pass back
errors.
• The reader should operate under internal control for read-only access control applications. • The reader shall compare the biometric template stored on the card and the live sample supplied
by the card holder. In the case of a positive match of these samples, the reader shall
communicate the successful match of the biometric sample to the access control system of the
host data centre. • A minimum of 100 cards should be supplied initially.
The reader shall be capable of two way communication with the controller and have bi coloured LED
indication to indicate access granted / denied status. The readers shall support user defined reader keys
offering higher security. The reader keys shall be stored in encrypted format in non-volatile memory. Finger Print Reader: The finger print reader (FPR) shall be capable of reading a fingerprint utilizing an optic capacitance sensor
comparing the same with a stored template. The FPR shall store the fingerprint templates of each
cardholder indexed against the card number issued to the person. When a card is presented at the smart
card reader, the card number shall be passed on to the FPR, which would then read the finger print
(presented at the optic) and verify it against the templates stored against the same card number. If the
fingerprint is matched the facility code & card number shall be passed on by the FPR to the door controller.
In case the fingerprint is not matched, the card data shall be rejected & access denied. The size of the
template shall be such that it shall use only one sector of the card. The reader shall have a capacity to store
at least 1,000 templates (i.e.) 500 users with 2 templates for every user.
• The FPR shall have at least 5 security levels with password protection.
• The FPR shall be user friendly and shall have audio visual indicators. • The False Acceptance Rate (FAR) and False Rejection Rate shall be better than 0.01%. • The Enrolment time shall not be more than 15 seconds while the Verification time shall be 1 second.
The reader should meet the following environmental specifications:
• Operating temperature: 10 to 50 degrees C
• Operating humidity: 5% to 95% relative humidity non-condensing.
• Weatherized design suitable to withstand harsh environments
• Finger print CUM SMART CARD reader
• Reading element False Acceptance Rate (FAR) less than 0.1% .
CCTV Surveillance and Security System with DVR System Requirement The CCTV System shall be IP based system with four monitoring camera units coupled to a low-
voltage weather-proof external Passive Infrared Red (PIR) motion detector designed to simultaneously
or individually control CCTV switchers and video recorders. The PIR motion detector senses the
movement and triggers the recording of the event. The critical area of the Data Center needs to be under
constant video surveillance. The primary objective of implementing a CCTV system is to ensure effective
surveillance of the server room area and also create a record for post event analysis. Two Monitoring
cameras would be installed in proper location to cover the entire server room. The scope of work involves
supply, installation, commissioning and testing of the Closed Circuit Television system integrated with
proposed BMS of the Data Center. Safety is of prime importance and to ensure that images of every person entering the Data Center or
working within are recorded. This would help to identify known or unknown fiddle with any of the rack
servers and that may result in system malfunction as well as disruption to intended functions. The CCTV
system shall be configured in such a manner that on a single user workstation, information from multiple
cameras shall be available. System Objective
• To enable sensitive areas to be scanned from pre-selected position. • To enable the important areas of the premises to be remotely monitored. • To enable automatic recording by Digital Multiplex Recorder on hard disk and to play back the
recorded events on selected monitors. Indoor Dome Camera
Imager 1/3" CCD
Signal System CCIR
Resolution Lens Video output S/N ratio
Ambient Power Mounting Appearance
480(H) x 420(V) Wide Angle lens f=3.8mm at F2.0 (H70° & V52°) 1.0 V (P-P)75 Ohms 47dB(AGC=Off) 10°C to +50°C 12VDC (10 - 15VDC) Indoor
(Ceiling & Wall) Body = ABS resin(white), cover = acrylic resin
CCTV General Descriptions: The product specified shall be a high speed domed camera system available in pendant or suspended
ceiling mounted versions designed for indoor surveillance applications.
The camera shall have built-in multi protocol for easy interface with DVR or Matrix switcher systems having selectable address at least up to 8 cameras.
The camera shall be compatible with the Switcher/ Controller speed keyboards. The camera shall be equipped with an optical zoom lens of 3.6mm to 126mm and 12x digital
zoom facility. To ensure optimal zoom control, the camera shall provide a facility of variable
speed panning and the panning speed should be 0.5deg to 90deg/sec and turbo speed of 360
deg/ sec; for better tracking of the subject by the operator. • The camera shall allow the storage of up to 240 preset scenes with each preset programmable for
16 character titles. Eight guard tours shall be available to consecutively display each of the preset
scenes for a programmed dwell time. Also a facility of storing 4 user control patterns of 240secs
each in the memory. • The camera shall be offered in suspended ceiling or pendant mounted indoor use.
Camera Specifications: • IP based camera with motion detector sensor • Imager: 1/3" Super HAD color CCD (PAL: 752H x 582V) • Horizontal Resolution: 470 TVL • Lens: Wide angle (3.6 mm to 126 mm) with optical zoom and auto focus • Digital Zoom: 12x
Electrical Specifications • Power: 230 or 24 VAC Normal, 850mA, Built -in power line surge circuit
• Video output: 1.0Vp-p ± 0.1Vp-p, 75 ohms. • Sensitivity: 1.0lx (30IRE), 0.1lx (IR Filter OFF), 0.001lx (IR Filter ON, 256 Fields), 0.0001lx (IR
Filter OFF, 256 Fields) • Signal to Noise Ratio: Greater than 50 dB.
Mechanical Specifications • Weight: 1700g • Pan: Turbo speed 360 /sec; 0 ~90 /sec variable speed pan; • Tilt: Degree 0 ~90 , Speed 0 ~90 /sec according to zoom ratio
• Pre-position speed: 380 /sec. • Video Co-Axial Cables (From Camera): Co-axial cable of the following minimum specification shall
be used indoor in conduits, trunking and cable trays.
Type: Impedance: Conductor (dia): Insulation: Nominal O.D. : Shielding: Jacket:
Color Monitor Features:
RG 59/U 75
Ohms 20 AWG Solid Bare Copper Cellular Polyethylene 0.242" 95% Bare Copper Braid Black Frame Retardant PVC
• Picture Tube: 21 inch (53 cm) flat square tube) • Resolution: Horizontal: 450 TV lines • Phosphor: P22 • Dot Pitch: In-line 0.71 mm stripe • Defection: 90° angle • Convenient front panel push-button controls • On-screen display/setup menus (OSD)Heavy-duty metal cabinet • NTSC/PAL (auto-sensing) • Video loop-through with automatic termination • Supports two composite and one S-VHS video input (looping) • Universal power supply • Audio Input/Output- 2 channels • Switchable over scan and under scan • Available in black and cool grey cabinet colors
Electrical Specifications: • Power Source: 90 to 254 VAC 50 Hz or 60 Hz • Power Consumption: 80 Watts • Scanning Frequency • Horizontal: 15.75 KHz (NTSC); 15.625 KHz (PAL)
Digital Video Recorder
Digital Recording allows recording video on Computer hard disc, eliminating the use of VCR and tapes. Other required features are:
• Stand Alone Digital Video Recorder • Recording on HDD and its expandable. • Having Motion detection facility. • Remote viewing of live and recorded files • Less moving parts means less maintenance and higher reliability • 8 analog video input channels • 1 channel audio recording & playback • Recording, Playback, Back-up, Network recording, and Network playback at the same time. • Total 480/400 ips (NTSC/PAL) recording speed for recording speed • Total 480/400 fps (NTSC/PAL) display speed • Built-in splitter for split screen monitoring (1/4/ 9/13/16 split mode) • Max. 4TB storage capacity (Through IEEE 1394 port for external HDD) • Intelligent file system for managing event recording data • Captured video data to be available on demand for a period of six months • DVR supports 8 IP camera video channels. Video, Audio, and Text Event-Logs are digitized
and stored on two internal hard-drives. Using a 'Proprietary Wavelet Algorithm, average file size is 1 to 5KB while still maintaining clarity high enough for facial recognition. In addition,
Wavelet-compressed images are impossible to manipulate. With our proprietary Wavelet
Algorithm, DVRs process analog video into crisp, clear, and court admissible pictures that are up to
500% smaller than comparable to JPEG images. It also allows users to record and playback audio
for one channel. With 'Quick Setup', DVR can be setup and begin recording in 5 minutes. It starts to
record as soon as power is supplied and CCTV cameras are connected. The default settings offer
qualified and efficient way without the hassle of confusing menus. Equipped with two IEEE 1394
ports (Fire-Wire), can expand its recording capacity up to 4TB easily. Windows' FAT32 formatted
HDD is compatible with DVR. The data can be simply backed up by connecting the HDD to the PC
to review critical images, and with one USB port, user can copy small sized images. • ATM/POS transaction text information recording and search with corresponding video • 16 sensor inputs and 4 alarm outputs • Built-in hardware motion detection (64- division comparison) • Back-up with IEEE 1394(FiWi) • PTZ Control (Preset support) via RS 232 or RS 485/RS422 • User-friendly 32bit True-color Graphic OSD Menu • Dynamic IP (DHCP, Floating IP) support • Optimized Wavelet compression: 1-5KB (Average file size with standard image quality)
Other Features
• Embedded Linux OS for excellent stability and reliability • IR remote controller (User can control PTZ with remote controller)
ANALOG ADDRESSABLE FIRE ALARM SYSTEM Scope An automatic Fire Detection system with one loop capacity and its own addressable high sensitivity detector units is to be installed at Server area and UPS room for early detection of fire and automatic suppression of the fire if present and raise an Alarm so as to initiate action. The scope of work under this head shall include design, supply, and installation of one Loop analogue
addressable Fire Alarm Control System with suitably located high sensitivity Smoke and Heat detectors
(30 numbers each), Main Control Panel, Monitor, Repeater Panel, Sounders cum Strobe (3 Nos), Manual
Pull Stations (3 nos), Modules, relays, response indicators (15 Nos) etc and facility for interfacing with
BMS. It shall also include laying of cabling, necessary for installation of the system as indicated in the
specification and Schedule of work. All the detectors are to be connected to the Conventional Fire Alarm
Panel for easy indication of the exact address of the Detector on Fire. The fire detection system is
designed to detect a fire in its incipient stage and to automatically initiate pre- programmed control functions.
• The Fire alarm system will be an automatic 4 zone single loop addressable fire detection and
alarm system, utilizing conventional detection and alarm sounders.
• Detection will be by means of automatic heat and smoke detectors located throughout the Data
Center (ceiling, false floor and other appropriate areas where fire can take place) with break glass
units on escape routes and exits.
Standards The System design shall meet the following design Standards as required by IS 2189 and CPWD specifications for Fire Alarm Systems /Underwriters Laboratories Inc. (UL) - USA:
No. 268 Smoke Detectors for Fire Protective Signalling Systems No. 268A Smoke Detectors for Duct Applications No. 521 Heat Detectors for Fire Protective Signalling Systems No. 346 Water flow Indicators for Fire Protective Signalling Systems No. 464 Audible Signalling Appliances No. 864 Control Units for Fire Protective Signalling Systems
No. 38 Manually Actuated Signaling Boxes
No. 1971 Visual Notification Appliances
Approvals The fire alarm control panel, display, detectors, other allied devices, sounder, strobes etc., shall be UL
Underwriters Laboratories Inc approved components. Fire Detection & Alarm System Solution
Overview • The Fire Alarm System with addressable high sensitivity Optical thermal detectors and duct
smoke detectors which are connected to an addressable Fire Alarm Control Panel. HVAC ducts
are to be connected to the modular fire alarm control panel through a pair of wires. Manual call
Points are provided to trigger the alarms manually in case of emergency situations and also
strobes cum hooters are provided to give the alarms with sound as well as strobe indications. • The system panels should be modular, customized to the specific requirement by selecting
the suitable housing, rail and modules. The panels could be configured based on the
specification and will be located as required. The Loop should capable of connecting minimum
127 devices I detectors. Facility for passive repeater panels connected to the main control panel
so that indications on the fire alarm control panel can also be seen at a remote location. Also
Mimic panels with LEDs can be programmed for certain important indications. • The control panel communicates with each device on the loop, and if an alarm or fault
condition is signaled, or if communications are lost with one or more detectors, the appropriate
response is triggered. The loop can be powered from each end so that if the loop is broken at any
point, no devices are lost. In order to give tolerance against short circuits on the loop, short circuit
isolators are inbuilt in all the detectors and devices. If a short circuit occurs in the loop the
isolators directly on either side of the fault will isolate that section. The panel will detect the loss of
the devices, signal a fault and drive the loop from ends, thereby enabling the remainder of the
loop to operate correctly and ensuring minimum loss of coverage. • The Addressable Fire Alarm System consists of the following systems at different areas of the
Data center as mentioned below: Addressable Fire Alarm Control Panel Addressable Smoke Detectors with base Addressable Heat and other Detectors Response Indicators located in false floor and ceiling. Addressable Manual Call Point Addressable Strobe Cum Sounder Addressable Monitor Module Passive Remote Repeater Panels
• These detectors I devices should be located at Server and UPS room as per manufacturer recommended procedure / standards and connected to the Fire Alarm Control Panel.
• In case of emergency, as soon as the Fire Alarm control Panel recognizes fire, control panel will initiate the alarm using the sounders, triggers the emergency evacuation of the occupants &
releases all the access controlled doors.
Fire Alarm Control Panel • Uniquely designed to meet the life safety needs of the data center area. The Panel networking
should deliver a fast alarm response time, flexibility and survivability across its network. The
network should be multi-priority peer to peer token ring protocol. All operating features should be
software controlled using object oriented rules with great flexibility in integrating fire alarm system
with BMS system into a single seam less design.
• Distributed technology with intelligent Signature series detectors operating on a "distributed
intelligence" system having their integral microprocessor to perform important functions, should
make alarm decisions on their own, and do not involve other system components in this important
decision making process. In the event of CPU failure, the intelligent device controllers can still
receive alarms and distribute the alarm information to all other modules in the panel. • Modular configuration allowing easy extension
• Networking capability. • Supports Signature Series Detectors & Modules.
• Minimum 127 devices per loop.
• Large LCD display with screen
• UL Listed.
Manual Call Point I Pull Station Manual Pull Stations made from die-cast zinc and finished with red epoxy powder-coat paint
complemented by aluminum colored stripes and markings. • Single stage double action • Intelligent device with integral microprocessor • Non-volatile memory • Automatic device mapping • Electronic addressing
• Stand-alone operation • Diagnostic LED5 • Designed for high ambient temperature operation • UL Listed
Strobe cum Sounder This should be designed for broadcasting high quality, integrated, emergency voice communications, as
well as alert and alarm tone signals. The sounder cum strobe shall be electronic type and shall give
discontinuous / intermittent audible alarm from a command from the Addressable Bell relay modules
whenever any detector or call box operates. The Sounder & Strobe shall have UL approval. The sound output from the sounder should not be less than 85 decibels at the source point. It shall be
capable of being directly mounted on the wall / ceiling. The sounder cum strobe shall be programmed to get
activated in event of an alarm from a single detector / device or a group of detectors / devices. The strobes
shall be an electronic visible warning signal device that flashes at least once every 1.5 Seconds, in an
event of an alarm. The strobe light shall use Xenon flash tube with low current requirements. The outer
cover of the Strobe shall have a printed fire signal warning. The electronic circuits inside the strobes shall
be compatible with DC alarm supervision and meet the required safety standards. The strobes shall be
mounted on the sounder or on the wall / ceiling and shall be UL Listed. The other features of the Synchronizing strobe are:
• Exclusive low current draw technology.
• Superior visibility. • Field changeable lens markings.
• High dBA output. • Multiple output taps, 25V or 70V models
Addressable Control / Output Relay Module Addressable points from the FACP with potential free contacts for tripping of AHUs, Operating Strobe lights,
tripping power supply etc. should be provided as required. The system shall also be able to handle
separate modules to interface the speakers of the Public Address System if required so. The Module shall
have shall have UL approval.
• Intelligent module complete with integral microprocessor • Self-diagnostics and History Log • Automatic Device Mapping • Provides one NO / NC contact • Fast, Stable Communication • Non-volatile memory • Automatic device mapping • Electronic addressing • Designed for high ambient temperature operation • Control Module for Tripping PAC, Unlock Access Door, Trigger Strobe cum Sounder and
Gas release Panel. • Fire Exit Signage and Glow Signage at all exit door and instruction while emergency.
Addressable Input Module The input modules shall be suitable to all the proposed safety devices and to be used for interfacing all safety devices like Fire status of Gas release panel, Fault status of VESDA, Fire Door status monitoring with the proposed fire alarm system. The Module shall have UL approval The modules should be intelligent, addressable devices to connect one or two Class B normally-open
Alarm, Supervisory, or Monitor type dry contact Initiating device circuits (IDC). The modules apply to
multiple applications including alarm, alarm with delayed (retarded) latching for water flow applications,
supervisory and monitor. The input modules gather analog information from the connecting initiating
devices and convert it into digital signals. An on-board microprocessor analyzes the signal and determines
the correct message to send.
• Universal input I output (UlO). • Multiple applications. • Non-volatile memory. • Integral microprocessor. • Electronic addressing and device mapping. • One red and one green status LED. • UL Listed
GAS BASED FIRE SUPPRESSION SYSTEM FM200 Fire Suppression System: The scope shall include, design, supply, installation, testing and commissioning of an automatic Gas
flooding fire suppression system. Design of the system shall be in accordance with NFPA 2001. Design
calculation for the suppression system shall be done on UL listed, FM approved software. ASTM 106,
Grade-B, Schedule-40 seamless pipes shall be used for this purpose. The fire suppression system used shall be FM 200 gas based. The successful bidder shall make detailed
working drawings and coordinate with other agencies at site. The critical area shall be divided into number of
zones, whenever fire is detected or sensed in any of the zones, annunciation should be available on the
FACP, and the suppression system in that particular zone shall be automatically activated. The flooding of
the gas is considered in the complete Data Center Server Room area covering above false ceiling, rack
area and false floor. The Clean Agent Fire Suppression system should consists of 80 Liters seamless cylinders (2 Nos),
discharge hose (9 Nos.), flexible discharge hose (2 Nos.), Electric, Pneumatic and manual actuator,
panels, valve assembly, manifold with all standard fittings and all other mounting accessories required to
provide a complete operational system meeting applicable requirements of NFPA 2001 Clean Agent Fire
Extinguishing Systems, NFPA 70 National Electric Code, NFPA 72 National Fire Alarm Code or ISO
standards. Microprocessor Based Gas Release Panel with 2 Release Circuits, Battery with charger should
be provided. The system must ensure proper performance as per UL / FM approvals and installed in
compliance with all applicable requirements of the local codes and standards. The system design shall be
based on the specifications contained herein, NFPA 2001 & in accordance with the requirements
specified in the design manual of the agent. The bidder shall confirm compliance to the above along with
their bid. The cylinder for storage of gas shall be high pressure, seamless steel gas cylinder, flat type,
concave bottom as per IS 7285 complete with neck ring. Welded and non-CCE approved cylinders will not
be accepted.
Documentation The bidder should prepare & submit along with the bid documents, the piping isometric drawing and
support the same with a hydraulic flow calculation generated by using the agent's design software. The
calculations shall validate the fill density assumed by the bidder. The bidder shall also submit calculations
to evidence the quantity of agent considered for the system. The successful vendor must submit, along with
the supply invoice, a certificate of authenticity, for the agent from the system engineering company duly
checked and verified by Manufacturer. The bidder should provide, as part of handling over, all drawings,
operation and maintenance manual. The as-built drawing shall exactly match the Isometric drawing
submitted with the flow calculation prior to commencement of work. The bidder shall submit copies of the datasheets of the hardware used in the system. The bidder
shall also submit copy of CCE approval letter for the cylinder proposed to be used. These
documents shall be attached to the technical bid. FM200 Product Characteristics: FM-200 chemically known as Heptafluoropropane (CF3CHFCF3) and is a Hydrofluorocarbon belonging to the same class of compounds used in refrigerants, but with Zero Ozone depletion potential. Performance as a Fire Suppressant: FM200 systems should be engineered to reach minimum design concentrations in 10 seconds or less,
thereby ensuring a very fast action. All quasi state Gas flow calculations are done on UL listed Softwares. Ideal Features of FM200 gas suppression agent
• Extinguishing fire in minimum time. • Zero Ozone Depletion Potential • Negligible Global Warming Potential (GWP=1)
• Negligible Atmospheric Life Time (ALT=5 days) • "Breathability" after agent discharge into room- 5 Mins • Need not leave the room in case of accidental discharge for 5 Mins.
• Long holding time to avoid re-flash of fire. • No damage to equipment in the protected area • Easy Refilling, availability of the agent. Can be stored as liquid in drums. • Should not pollute during room integrity test
• Alarming persons who are in danger. • Calling the fire fighting forces and rescue teams. • Activating devices for restricting smoke and fire propagation, for example, closing fire doors, fire dampers, and the like. • Activating fixed extinguishing systems - FM 200 in this case. • Activating smoke and heat venting systems, escape route pressurization • De-energizing technical systems (installation) • Controlling building services systems, particularly heating and ventilation systems and elevators. • Activating the emergency lighting. • Activating the evacuation systems and the like.
Additionally, the panic bars shall be installed at the "Fire Exit Doors" to ensure the smooth evacuation in case
of fire.
Detectors shall be Cross-Zoned detection requiring two detectors to be in alarm before release. Automatic operation of each protected area shall be as follows:
1. Actuation of one (1) detector, within the system, shall:
a) Illuminate the "ALARM" lamp on the control panel face. b) Energize an alarm bell. c) Transfer auxiliary contacts, which can perform auxiliary system functions such as:
Operate door holder / closures on access doors; Transmit a signal to a fire alarm system;
Shutdown HVAC equipment. d) Light an individual lamp on an optional annunciator.
2. Actuation of a 2nd detector, within the system, shall: a) Illuminate the "PRE-DISCHARGE" lamp on the control panel face. b)
Energize a pre-discharge horn/strobe device. c) Shut down the HVAC system and/or close dampers. d) Start time-delay sequence (not to exceed 60 seconds). e)
System abort sequence is enabled at this time. 3. After completion of the time-delay sequence, the FM 200 Clean Agent system shall discharge
and the following shall occur: a) Illuminate a "SYSTEM FIRED" lamp on the control panel face. b)
Shutdown of all power to high-voltage equipment. c) Energize a visual indicator(s) outside the hazard in which the discharge occurred. d)
Energize a "System Fired" audible device. 4. The system shall be capable of being actuated by manual discharge devices located at each
hazard exit. Operation of a manual device shall duplicate the sequence description above except
that the time delays and abort functions shall be bypassed. The manual discharge station shall be
of the electrical actuation type and shall be supervised at the main control panel.
The system design will consider and address possible fire hazards within the protected volume at all three levels - (i) below raised floor, (ii) Server room, (iii) above false ceiling. The discharge of the FM200
gas based system shall provide the entire sequence of operation from the signal to gas release module,
to the actual completion of the gas discharge within 10 seconds, and the fire is not allowed to propagate
thus saving the critical assets housed in the protected area. The discharge nozzle locations shall be such that the uniform design concentration will be
established in all parts of the protected volumes. The final number of discharge nozzles shall be
according to the OEM approved software. OEM product manual and OEM vetted programmable pressure
loss & flow calculation for this particular project shall be submitted. System designed to accept gas
discharge signal to the FM200 gas cylinder solenoid from fire alarm panel as well as manual gas release
station. The FM-200 System is proposed for entire Data Center Area. The extinguishing system shall include the following components having dated long life span.
• Storage container with valve • FM 200 gas • Solenoid actuator • Manual actuator • Pneumatic actuator • Discharge hose • Pilot hose • Gas discharge nozzles • Cylinder straps • Manifold with check valves • Discharge pressure switch and Supervisory pressure switch • Microprocessor Based Gas Release Panel with 2 Release Circuits, Battery with charger • Warning sign • Suitable Mounting accessories • Any other items as per the requirement
Manual lever actuator shall be provided with a face plate with clear instruction of how to mechanically
actuate the system. The cylinder valve bodies shall be brass. The releasing device shall be easily
removable from the cylinder without emptying the cylinder. Upon discharge of the gas, no mechanical /
electrical parts shall require replacement except FM 200 gas.
One single manufacture under same brand name should supply major components of FM 200 system such as valves, releasing devices, nozzles etc.
Applicable Standard : NFPA 2001 Minimum conc. of agent as per (NFPA) 2001 : 7.0% Max. Concentration of gas as per (NFPA) 2001 : 9.0% Flooding Factor : 0.5483 Kg/m3 System pressure : 25 Bar Min. pressure requirement at nozzle : Min. 6.034 Bar Discharge time : 10 Sec. (Maximum) Cylinder Size : 80 Litre Minimum fill in cylinder : 38.5 Kg Maximum fill in cylinder : 84.5 Kg Nozzle coverage area : 180 deg : 10.2M radius (maximum)
: 360 deg : 6.4M radius Systems should be UL / FM approved.
ASPIRATING SMOKE DETECTION SYSTEM (VESDA / HSSD)
Scope of Work This specification covers the requirements of design, supply of materials, installation, testing and
commissioning of Aspirating Smoke Detection System. The system should protect server room false
ceiling, return air vent, rack area and below the raised flow areas using highly sensitive LASER-based
Smoke Detectors with aspirators connected to properly designed network of sampling pipes and Display
control panel. The Bidder shall also make provision in the Aspirating Smoke Detectors to trip AHU and to
shut fire dampers if required in the event of fire through the relay contacts. The system will provide an
early warning of fire in its incipient stage, analyze the risk and provide alarm and actions appropriate to the
risk. The system should be integrated with the proposed BMS and should be with the following functional Process
• Continually drawing air into a pipe network attached to a detector unit. • Passing the air through a dual stage filter to remove dirt • Sending the clean air to a laser detection chamber for smoke detection. • Measuring the light scatter caused by any smoke • Processing the detector signal and presenting the smoke level graphically • Communicating the information to a fire alarm control panel thru relay/ input module, a
software management system or a building management system.
Codes and standards The entire installation shall be installed to comply one or more of the following codes and standards: NFPA Standards, US / British Standards, BS 5839 part: 1 Approvals All the equipments shall be tested, approved, and/or listed by: LPCB (Loss Prevention Certification Board), UK FM (Factory Mutual), US UL (Underwriters Laboratories Inc.), US ULC (Underwriters Laboratories Canada), Canada Vds
(Verband der Sachversicherer e.V), Germany Design Requirements The System shall consist of a highly sensitive LASER-based smoke detector, aspirator, and filter. It shall
have a display featuring LEDs and Reset / Isolate button. The system shall be configured by a programmer
that is either integral to the system, portable as well as PC based. The system shall allow programming of
Multiple Smoke Threshold Alarm Levels, Time Delays and Faults including airflow, detector, power, filter
block and network as well as an indication of the urgency of the fault. It should provide configurable relay
outputs for remote indication of alarm and fault Conditions. It shall consist of an air sampling pipe network covering the server room false ceiling, return air vent , rack
area and below the raised flow areas to transport air to the detection system, supported by
calculations from a computer based design modeling tool. The system should be interfaced with the building fire alarm system / BMS with a dedicated System Management graphics package. Performance Requirements
• Shall provide very early smoke detection and provide multiple output levels corresponding to Alert, Action, and Fire 1 & 2.These levels shall be programmable and shall be able to set
sensitivities ranging from 0.005 - 20% obscuration / meter. • Shall report any fault on the unit by using configurable fault output relays or via the graphics
Software. • Shall monitor for filter contamination. • Shall incorporate a flow sensor in each pipe and provide staged airflow faults. • Shall have a clean air supply to maintain Laser chamber clean all the time.
Materials and Equipment Both Light Scattering and Particle Counting shall be utilized in the device as follows: The Laser detection Chamber shall be of the mass Light Scattering type and capable of detecting a wide
range of smoke particle types of varying size. A particle counting method shall be employed for the
purposes of preventing large particles from affecting the true smoke reading. Monitoring contamination of the filter (dust & dirt etc.) will notify automatically when maintenance is required. The Laser Detection Chamber shall incorporate a separate secondary clean air feed from the filter;
providing clean air barriers across critical detector optics to eliminate internal detector contamination. The
detector shall not use adaptive algorithms to adjust the sensitivity from the set during commissioning. A
learning tool shall be provided to ensure the best selection of appropriate alarm thresholds during the
commissioning process. The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be arranged
in such a way that air is drawn continuously from the fire risk area by the Aspirator and a sample passed
through the Dual Stage Filter and then to the detector. The detector shall be LASER based and shall have
an obscuration sensitivity range of 0.005 - 20% obscuration per meter. The detector shall have three or
four independent field programmable smoke alarm thresholds across its sensitivity range The Detector shall also incorporate facilities to transmit the following minor and urgent faults
• Detector, Airflow, Filter, System, Zone, Network and Power • Minor faults: Minor faults shall be considered as servicing or maintenance signals.
• Urgent fault shall indicate that the unit may not be able to detect smoke.
• The detector shall have four pipe inlets which must contain flow sensors.
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 0.3 microns or larger, to provide a clean air barrier around the
detector's optics to prevent contamination and increase service life. The aspirator shall be a purpose
designed rotary vane air pump. It shall be capable of allowing/ supporting for a single pipe run / multiple
sampling pipe runs with a transport time of less than 90 seconds. The Assembly must contain relays for fire alarm and fault conditions. The relays shall be software
programmable (latching or non -latching). The relays must be rated at 2 A at 30V DC. Remote relays shall
be offered as an option and either configured to replicate those on the detector or programmed differently.
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 event shall be recorded. Each detector (Zone) shall
be capable of storing up to minimum 1000 events. Displays on the Detector Assembly The detector shall have a LED / LCD / Bar graph display for the multiple alarm threshold levels indicated and faults such as detector fault, airflow fault and indication for Isolate and Reset.
Sampling Pipe • The sampling pipe shall be smooth bore with an internal diameter of 15 - 21mm and an outside
diameter of 25mm should be used. The total length as per the manufacturers recommendation. • The pipe material should be suitable for the environment in which it is installed and 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 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 distance or that of the local codes or
standards. • The far end of each trunk or branch pipe shall be fitted 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 of 2mm, or otherwise appropriately sized holes, shall not be separated by more
than the maximum distance allowable for conventional detectors as specified in the local codes &
standards. Intervals may vary according to calculations. • 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 and roof
structure and forced ventilation systems.
Installation The Contractor shall install the system in accordance with the manufacturer's recommendation. The sampling pipe shall be installed above the ceiling and Capillary Sampling Points installed on the ceiling are
to be connected by means of a capillary tube. • The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length of the
capillary tube shall be 2m unless the manufacturer in consultation with the engineer have specified
otherwise. • The Capillary tube shall terminate at a ceiling Sampling Point specifically approved by the
Client. The performance characteristics of the sampling points shall be taken into account during
the system design. • Air Sampling Piping network shall be laid as per the approved pipe layout. Pipe work
calculations shall be submitted with the proposed pipe layout design for approval.
Testing • Commissioning of the entire installation shall be done in the presence of the owner and/or its
representative. • The installer shall provide evidence of flow / pressure calculations for the 'as installed' system
to ensure optimum sampling performance. These calculations shall be done by computer aided
design software depicting 3D isometric drawings of the pipe network. • It shall be verified that all alarm and fault interconnections are fully operative by means of
activation of the signals. In sensitive areas, such as food storage, the detector system shall be
capable of generating test alarms automatically without the need for generation of smoke. • All necessary instrumentation, equipment, materials and labor shall be provided by the
Contractor for this testing. • The Contractor shall record all tests and system calibrations and a copy of these results shall
be retained on site in the system Log Book. Functional Test
• Introduce Smoke into the Detector Assembly to provide a basic functional test. • Introduce smoke to the least favorable Sampling Point in each Sampling Pipe. Transport time
is not to exceed 90Seconds.
Rodent Repellent System Two numbers of compact, safe, environmentally friendly and non-irritating pest repeller Very High
Frequency Oscillator (VHFO) units (each unit with one master control and 12 satellites) are to be
installed in Data Center and UPS room. The entry of Rodents and other unwanted pests should be controlled using non-chemical, non-toxic devices. Ultrasonic Frequency sound wave based repellant system has been proposed at Data Center. The rodent repellents will be provided in the false flooring and ceiling to repel the pests without killing them. The installed units must withstand high temperatures in false ceilings and low temperatures in cold storages and air locks. The Pest Repellent System should consist of one master console & twelve satellites / transducers. The
Master Console is installed in the control room and the satellites in the identified problem area. The
successful bidder shall make detailed working drawings and coordinate with user and other agencies at
site. Satellites The sound waves propagated by the satellites should be linear sine waves with constantly varying frequencies. Each Satellite should cover an open area of 300sq. ft. when the average height of the ceiling
is 10 ft. When installed in false ceiling / false flooring it should cover an approximate area of 150 sq. ft. • Each satellite should be compact size and could be mountable in any angle. • They should be mono-polar and there should be no risk of sparking • They should be able to withstand high temperatures in the false ceilings. • They
would not need a power connection.
Technical Specification Configuration: One master Console with 12 transducers. Satellites: Visible Hexagonal, Triangle exciter center damp horizontal line exciters. Frequency: Peak frequency responses of the satellites should be,
• 21.6 KHz +/- 3 KHz
• 31.6 KHz +/- 3 KHz
• 50.4 KHz +/- 3 KHz • 60.0 KHz +/- 3 KHz
The satellites should operate in a temperature range of 10 Deg. C to 60 Deg. C, and can propagate sound
waves in 100% humid conditions, and even when they are submerged under water. Excitory Circuit: Signal Generator should have full wave rectification, regulated 12 V DC power supply to
withstand power fluctuations ranging from 170 VAC to 270 VAC. Amplifier should have a preamplifier
stage coupled with signal generator for dual transistor amplification having a push - pull configuration. Sound Output: Uniform output of 80 dB to 110 dB with 360 Deg (built in control for steady output). Transmission angle: Linear Propagation of mixed / variable frequencies detectable at, or about 40 ft.
distance from the source (transducer / satellite) spatial average intensity 83 mW per sq. cm. Power Supply: Provision for 230 VAC and 24 VDC
Water Leak Detection System Water leak detection sensing tape shall be installed in the water prone areas of Data center and to be
integrated with BMS. Water leak detection System shall be integrated with BMS and designed to protect
the Air-conditioned premises and to alert the personnel about the leak in the AC systems. The system shall
also be designed to trip the AC when the sensor is activated. Events are clearly reported on LCD/LED
display with full English language description of the nature of the fault in the panel. The panels for water
leak are located at the BMS room. Components of water leak detection system The Water leak detection system shall comprise of Tape Sensors, Water Leak detection modules,
Condensation detectors, I/O modules and sounders all connected to a Control Panel. Control Panel The control panel shall be Computerized 8 zone multiplex controller with a facility to add on dialer and
speech processor. The system shall be programmed, armed or disarmed through a control key pad. The
control key pad shall have a 16 character LCD display for viewing various events. The code to arm or
disarm the system shall be changed only by entering a master code.
The system shall have 8 zones and all the detectors shall be connected through a 2 core cable. Each area of the premises shall be divided into specific zones such that any zone shall be isolated by the user if required. The entire system shall be backed up by a maintenance free rechargeable battery to take care of system's power requirements whenever power fails. The system shall be totally tamper proof and shall activate an alarm if the control panel is opened, the sensors tampered with or if the system cables are cut even in the disarmed state. The system shall log 500 events and optionally printer shall be connected for generating reports. The Detectors, I/O Modules, Remote Keypads and other Devices shall be connected to a system on a single
2/4/6 Core Cable Bus to avoid individual cabling of zones. The system shall have a Buffer memory of
minimum 250 events and log each event with exact date and time. The controller shall have a Serial Port
for connecting to a computer. The system shall be totally tamperproof and shall activate an alarm if the
control panel is opened, the sensors tampered with or if the system cables are cut even in the disarmed
state. Tape Sensors Tape sensors are to be used to detect water leaks under floors and the Tape sensors shall be covered
with plastic netting to prevent short circuits when used in metal trays or conduits and enables the tape to be
folded at right angles to allow easy routing. Condensation detectors shall be able to provide early warning of the condensing conditions in chilled
beam/ceiling systems to avoid the possibility of the indoor rain. The detector shall have relay output for
direct connection to the controller. Sounder The sounder shall give audible alarm when any sensor operates. It shall be complete with electronic
oscillations, magnetic coil (sound coil) and accessories ready for mounting (fixing). The sound output from
the Hooter should not be less than 85 decibels at the source point. Controller Technical Specifications
• No. of Zones 2 / 4 / 8 • Events 500 event log • Control keypad 20 button illuminated keypad
• Display 16 Character LCD on control keypad • Water leak Detector • Response Time <1 Sec. • Max sensor tape length 200 Mtr.
• Ambient Temperature 10° - 60°C • Relative Humidity 0 - 90% RH
Condensation Detector • Supply Voltage 24V AC/DC • Output 10A @240V AC relay contacts
• Response Time <1 Sec. • Input resistance 10 K ohm
Integrated Building Management System (BMS): Scope and General Description Supply, install, testing and commissioning of the industry standard, proven quality of integrated Building
Management System (BMS) on the basis of truly distributed intelligence for a centralized overview, control
and protect the Data Center area. This solution provides one central point through which various alerts can
be monitored by the graphical user interface of the entire system and should able to generate reports.
Dynamic colour graphics facility should be provided for monitoring and operation of the system without
specialist computer skills. The systems should consists of "Command and Control" server and other allied
accessories to integrate a wide range of critical infrastructure systems to protect from fire, unauthorized
entry and surveillance in all areas. The BMS system should be supplied and installed with complete
Sensors I/O modules, Direct Digital Controllers, Communication Controllers and Supervisory Software for
interfacing with various safety and security systems proposed for the Data Center as per this tender. This
shall include laying of cabling in duct, conduits and power supply etc., necessary for installation of the
system with supply of appropriate
type products as indicated in the specification and scope of work. The necessary terminal blocks that are required for connection of field equipment cables to DDC cables are also in the scope of the vendor. The Building Manager deals with a single viewing window which is a screen of PC monitor, known as
operator workstation through which the health, status and data of various services are available
continuously in the form of 'Live graphic'. Automatic reporting take place through an online printer in various
forms like Alarm summery, history trend or in any other form of reporting decided by the user. The BMS shall perform the following general functions.
• Building Management & Control • Serve as operator Man - Machine interface • Data Collection & Historisation • Alarm Event & Management • Trending, Reports & MIS Generation • Maintenance & Complaint Management • Network Integration • BMS system to have facility to send SMS & Email alert system for critical equipment's events
like failures in UPS Power, Cooling, Fire emergency, etc. • BMS system to ensure that the power & cooling units are switched off when the fire breaks off
& open the Access doors with siren & alert mechanism as mentioned above.
BMS system to integrate three UPS, three PAC systems, addressable Fire detection system, Fire
suppression Gas release panel, VESDA, Access control system, CCTV surveillance system and Water
Leakage Detector system as specified in this tender. Also should have facility to add additional
temperature monitoring devices and options to integrate other devices like DG, etc
All the above listed Systems communicate with the Integrated Building Management System on MODBUS
RTU Protocol or by other protocol provided by each of the system or by hard wired points to establish the
communication for the desired functions of BMS. The Integrated Building Management System should
be based on advanced state of art of technology wherein the various sub-systems are seamlessly
integrated on a single platform and the IBMS software remains the head- end for all the proposed safety and
security system. The integration enables viewing of all the above systems through icons on the Building
Automation System Software. Upon selection of each icon, the screen for the respective system appears on
the Building Automation System Workstation. Seamless integration specifies that all these sub-systems of
BMS has the same head-end and runs on the same application software from the same platform. This
ensures that integration between the various sub- systems are independent cables and hardwire
connections between the various sub-systems. The seamless integration ensures software signals
performing the integration functions between various sub-systems. The Screen would incorporate real time
values of critical information that may be released by the respective systems. All critical alarms that may be
available on the respective system shall pop-up on the Building Automation System Software Screen as
and when they appear. The user can acknowledge the alarms and the information is stored in the Audit
trail file of the Building Automation System. The Control functions for each of the above systems depends
on the information / data released by the respective system provider for the necessary controls from the
Building Automation System. It is assumed that each of the Systems mentioned above, has their own
Software & Hardware to communicate with the Building Automation System through suitable protocol. The
necessary central server system will have the following hardware specification. System Configuration
• The proposed BMS shall have 2 or 3 levels of intelligence namely: • DDC Controller • Communication Controller or Gateway or Router or I/O Module • BMS PC Control Station
Building Automation system details: 1. Safety
• Intelligent Microprocessor based Fire Alarm & Detection System • Gas based Fire Suppression System- NOVEC1230- Hardware interface • Water Leakage Detector system
• VESDA smoke detector system 2. Security
• Biometric Smart card based Door Access Control • CCTV surveillance system
3. Centralised Operation • PC based Operator console. • Integration of all safety and security systems mentioned in this tender.
• Main Server based station with BMS application Software. • Integrated user friendly Graphic Central Software • Report generation, Logging, trending and Print out.
System Architecture:
• The proposed system shall be based on Distributed Network-able intelligent system. The system
shall be microprocessor based. Direct Digital Controllers (DDC) shall interface with relays, sensors, actuators and safety & utility systems. • The BMS system architecture shall be modular, utilizing industry standard protocols. • The system shall allow distribution of system functions such as monitoring and control and graphical
user interface etc. through LAN, to allow maximum flexibility and performance. It shall also have a
capability of remote monitoring through dial up modem or internet or through WEB Browser. • The architecture shall support various third party systems using standard hardware and software to
link various functional nodes into a single integrated system. The system shall be compatible to
industrial standard protocols like MODBUS RTU, BACnet, LON works, etc., for any third party
system integration so they can communicate on these open/universal protocols. In case of non-
compatibility, gateways can be utilized. It is deemed that either open protocol software is included
or the required gateway and necessary software are included for this purpose. Total coordination
and compatibility between any third party system supplier and IBMS supplier and respective system
is extremely important and deemed to have been taken care of and all related cost included for this. • The BMS system shall also support communications with a wide variety of control devices
and software systems. The BMS operator control station shall allow the user to monitor and control
the entire system with various user definable access levels. • System shall be capable of generating alarms, operator transactions and system reports.
The system shall have provision for connecting to dedicated USB/Serial printer interface or
through BMS control station. BMS shall have alarm transmission facility through mobiles & Land
lines. Vendor shall quote for the required hardware & software for such integration. Vendor shall
also clearly specify what interface they require the client to provide for such integration
Monitoring and Control:
• The BMS system shall be easily configurable to suit the user specific requirements. There shall
be no restrictions on usage of the controllers to specific requirement. All controllers shall thus
be seamlessly integrated to the network and systems that require software drivers to be
developed for shall not be accepted. • All configurations shall be permissible while the system is on-line without interruption to
monitoring and control on other controllers. Systems that require going off line for
programming/ configuration shall not be acceptable. Specifically, BMS nodes must not require
"re-starting" to implement database changes. • The communications driver for a controller type shall be configurable on-line by users with the
appropriate security access. The parameters that can be modified based on Device /Controller
Type, Communications Port, Baud rate, Device Name, User ID
Communications: • The BMS system shall provide communications over a variety of physical media topologies like
RS-232, RS-485, Bacnet • The system shall be capable of supporting many communications links to networks of control
devices. Each connection shall operate independently of the others and facilities shall be provided
by system displays to individually place the channels in service or out of service. • For achieving better system availability & reliability, it shall be possible for all serial connections
to the BMS system to be routed via the LAN instead of connecting directly to the host
computer. The system shall be capable of supporting many network connected Operator
Stations simultaneously. • It shall be possible to efficiently monitor dynamic, real time data from any of the real time
controllers connected to the network. It shall also be possible to configure hardware and
software points from the BMS stations for each of these controller panels using a consistent
configuration data format across all panel/controller types. • It shall be possible to interface to different types of controllers/devices using an industry
standard interface protocols such as MODBUS, BACNET etc. This shall allow simple interfaces to
proprietary devices to be interfaced using a standard protocol. • Given the sufficient level of system privilege through passwords, it shall be possible to view,
manipulate and analyse all data in the system from any Operator Station in the system, including
those operating remotely via dial-up modem links. • Once a controller is configured and placed in service, the system shall automatically begin
background diagnostic scanning of the controller to ensure that communications are monitored
independently of any point monitoring / scanning. • For ensuring data integrity, the system shall perform checks for integrity of all data acquired
from the controllers. If an invalid or time out response be received, the data shall be ignored and
the system records the transaction as an error. As a minimum, all these communications statistics
shall be displayed on a standard system display and shall be available as part of the reporting
system or custom displays. Systems in which the network communications are not transparent /
reported for user displays shall not be accepted.
Direct Digital Controller (DDC) DDC should be distributed processing type, with the direct digital control algorithms operating by micro controllers. Total number of controllers required shall be dependant on the I/O requirements & geographical distribution of the I/Os. The controllers shall be connected to the various Sensors, Switches and Control panels by means of
suitable cables as specified by the individual system manufacturer. The DDC shall be able to supervise
individual sensors for proper performance as well as to give output to control various devices connected
to it. There should be a minimum scan time of one second per input point. The DDC shall also have the
facility for networking with other DDCs and communication controllers. Each DDC shall have a RS 232 serial
port for communication with PC or Modem.
Each DDC should consist of a DIN rail mounted unit, with detachable plug type screw clamp for the Input /
Output wiring. Outstations should cater for terminals for screened cable. The DDC controller shall be with
EPROM or EEPROM of required capacity with function blocks for performing required closed loop and
open loop (interlocks) functions at the various locations shall be a part of the controller.
DDC controllers are to be installed in lockable enclosures that shall also house the associated terminal
blocks, power supply, relays (with change over type of contacts), etc. The controllers shall be completely
wired and all interface relays required for interfacing to external system like MCC etc. should be provided.
All the controllers offered shall be used for variety of application and shall be capable of monitoring &
Control Digital, Analog Inputs & outputs. The DDC controllers shall be provided with I/O points as required
in the enclosed I/O List
The controller shall be capable of accepting following type of inputs:
1. NiCd1000, PT1000, Passive Detectors within the range 30 ohm to 4 M ohm. 2. 0 - 10V @ 134K, 0 - 20 mA @ 120 W, Digital Volt Free Contact, Pulse up to 12 Hz 3. Similarly the output can also be configured as follows: 4. Triac - 24 V AC @500 mA 5. Analogue: 0 - 10 V Dc (1 K ) at 10 mA max, 6. Digital Volt free contact
Parameters like various temperatures, RH, pressure and any other stipulated parameters should be possible for storing within each controller. All the functional requirements shall be programmed in the PC software and shall be down loaded to the Controller. Provision shall be available for connecting laptops or PC directly to DDC for any detailed evaluation locally for any exigency. It shall be possible to view/upload settable parameters to the DDCs from a Laptop even in the event central system is switched off or the communication network is under maintenance. It shall be possible for programming logic function modules in each controller. Each point in the controller shall be easily configurable across the network for complete access using global instructions and automatic time synchronization for faster engineering. To avoid loss of operational data in event of a bus fault, Local storage of events at the DDCs shall be required. VENDOR shall specify their event memory capacity of the DDC Controller. Local network speed shall be configurable at the DDC Controller. The controllers shall be of distributed type; hence enormous cabling required for hooking up the DDC with the control equipment will be reduced as compared to large controllers. The DDC controllers shall be necessarily listed under UL compliant. They shall be in conformity to European EMC standards, CENELEC EN50 082-2 & EN55 011 and should also be tested to I.E.C. 801-4 for electrical noise immunity.
Communication Controllers (CC) or Gateway or Router: 1. The communication controller or Gateway or Router shall be an interface between the DDC
Controllers & the PC work Station. It shall take the data received from one DDC and transmits it
to other DDCs over an RS485 sub-network. 2. The system involving DDCs that are capable of communicating with each other on a Peer to Peer
Network without the need for the communication controller or gateway need not quote for this
item. But, the functions and features indicated in this section have to be met in total by the IBMS
System. 3. The communication controller or gate way shall be able perform alarm and global handling for the
DDCs as well as providing a hardware RTC. for the sub-network or DDCs themselves shall have a
built in RTC and also shall have the ability to communicate alarms, events to other DDC on a
Peer to Peer Network . Each communication controller shall be linked directly to a PC modem or
printer. 4. One communication controller shall support atleast up to 1000 I/O point or the system. 5. The network shall be easily expandable by networking of controllers to monitor / control Input/
Output points of the entire network. 6. Communication with the DDC shall be through RS485 network 7. Integration with the third party Systems shall be either through the Communication
controller/Gateway or through DDC Controllers on a industrial standard MODBUS RS232 /
RS485, BACNET, LON Works or through OS Nodes protocols. The required hard ware such as
router, terminal server, controllers, integrators etc., shall be considered by the IBMS vendor
within the quoted price. 8. Baud rate of the RS485 Subnet shall be set on the site depending on the requirement. 9. Communication controllers shall contain Non rechargeable lithium cell which maintains data &
time functions for 2 years. Data transfer from windows based data bases shall be possible
through Dynamic data transfer. 10. The communication controllers shall be listed under UL compliant. In addition to these approvals.
They shall also be in conformity to European EMC standards, CENELEC EN50 082-2 & EN55
011 and should also be tested to I.E.C. 801-4 for electrical noise immunity.
Fail Safe The processor outstations should have battery backed RAM for greater than one year and all outstation parameters should be protection in the event of failures. In the event of power failure, all outputs
should go to safe or default parameters. The battery life should be a minimum of ten years. Power Supply & Environment Power supply shall operate at 24 V AC using power supply for field devices. A suitable Single Phase 5 KVA
UPS with 30 minutes backup support shall be provided by the vendor and installed in UPS Room.
BMS PC Control Stations 1. The Control stations shall comprise of a Personal computers 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, retrieval/storage of logged data, annunciation of alarms and reports, analysis of recorded data and the formatting of management reports.
2. The vendor shall quote in their offer the configuration of PC that is required by them for operation of their Master server & Client Softwares.
3. The minimum suggested configuration of the control station shall be suitable for the power supply voltage of 230 V AC +/- 10% 50 HZ + 3%.
Workstation / Server hardware details ( 2 Sets ):
• Intel(R) Core(TM) is-2400 Processor (3.10GHz, 6MB) • Intel(R) Q67 Express Chipset • Integrated Intel(R) 82S79LM Gigabitl Ethernet LAN 10/100/1000 • 4GB (2x2GB) Non-ECC DDR3 1333MHz SDRAM Memory • 320GB 7200 RPM SATA Hard Drive • 2TB, 7200 RPM SATA Hard Drive • 8X Max Slimline DVD+/-RW • 24 " Widescreen Flat Panel Monitor • Intel(R) HD Graphics 2000 Integrated Graphics • USB Optical Mouse • USB Entry Business Keyboard (English) • Genuine Windows(R) 7 Professional 64 bit (English) • All other I/O interface cards as per the system requirement. • Heavy duty Inkjet Printer • 3Yrs NBD Onsite Service
BMS Management Station Software The vendor shall quote for Master Server & one client software. The management station software must run on a networked environment such as Windows 7 Professional or later providing kernel level
security for access to the network as well as the BMS database. As a minimum, the Management station
software shall have the following packages. Plant Viewer / graphics viewer, Builder package to edit / alter
graphics and schematics Log Viewer, Alarm Viewer, Trend Viewer, Object Viewer. BMS Software Features Applications software suitable to run on windows based server system should provide an integrated, cost-
effective control of all building safety and security systems. The modular architecture, cost- effective,
scalable system supporting configurations that range from standalone, single-building systems to campus
or multi-location operations with several servers. • Based around client-server architecture with a high- performance database for real-time
information to local or network-based clients such as operator stations, or to enterprise
applications, such as spreadsheets or relational databases. • Networking solutions to support both local and remote operator stations and field controllers. The
system also communicates with your enterprise's PC network to provide a true window into total
enterprise through the standard TCP/IP network topologies, ranging from local high-speed Ethernet
LAN5 to Wide Area Networks. • A single solution for monitoring, controlling and integrating all operations of a Data Center
infrastructure and facilities to interface systems across our entire organization. • A comprehensive range of pre-configured displays • Standard toolbars for all key functions • Pull-down menus • Standard building reports • Pre-engineered point structures
• A building-specific shape library • Advanced point processing routines • Most recent / highest priority alarm field on all displays • Standard status bar on all displays
BMS Software should support: Building Manager: For integrating and controlling the systems, products and subsystems of a building's
HVAC, lighting, hydraulics and energy usage. Security Manager: For integrated control and monitoring of electronic access control, security
management and closed circuit television systems. Life Safety Manager: For providing primary monitoring and full control of a building's life safety functions, including smoke and fire detection, sprinkler supervision and emergency communications. Web Browser Operator Interface: The operator interface shall also be fully available through the internet
via an Internet Explorer browser. From Microsoft's Internet Explorer, an operator shall be able to perform all
functions on the same standard and custom graphics as used in the standard operator interface. All
custom graphics, alarm graphics and standard graphics shall be available without modification or
reengineering through the Internet in an Internet Explorer browser user interface and shall be fully
functional. The browser interface shall provide login and security authentication in the same way as the standard
operator interface. It shall be possible to operate the facility through the browser user interface in the same
way as the standard user interface and perform all functions described in section. for example:
acknowledge alarms, view graphics, control points, execute reports, modify configuration settings and the
like. A large number of casual users shall be permitted without any additional licensing burden. Licensing
shall be based on the number of simultaneous operator connections on a "First Come First Served" basis.
Those users with casual access shall automatically disconnect from the FMS server after an idle timeout
period. Third Party Interfaces license: Interfaces are customized for internationally recognized open protocols such as MODBUS RTU / BACnet /
LON etc. This approach enables us to recognize 3rd party systems as if it were own system. Points
pertaining to 3rd party sub-systems should be integrated into system graphics at the management station
allowing free interaction between the BMS and 3rd party systems. The PC must be able to participate as one of the network nodes permitting the PC to be moveable if such
a need arises. When the system is configured for a multi-user environment, the system must be capable of
working on a client-server mode. The vendor shall consider master server software loaded at the BMS server and 3 client software which
shall be loaded in any designated PCs in the LAN / WAN network. The levels of authentication shall be field
programmable.
DDC Programming Software: It shall be fully featured windows based supervisor for Integrated Building Management. It shall combine all the benefits of a graphic user interface, such as dynamic graphic displays for ease of use, with the practical advantages of dynamic data transfer. The system software shall be password protected in multi levels. The software shall be a graphically programming tool. It enables user to make the function diagrams, to parameter, commission all the automation stations and to change the parameters while the system is in operation. It shall preferably fulfill the requirements laid down in the IEC1131-3 standard. DDC / PLC devices: Programs should be designed off-line by selecting modules and joining them together. By going on- line
this Program should then be uploaded directly into the controllers. There should be a set of variables
generated automatically, set-up by this engineering program which allows data to be shared between on one
or several sub-networks. The user should be able to draw, edit, upload, download, view and debug a
strategy to any combination of communication and control devices. If a strategy (program) already exists on a controller, it should be possible to access it on-line, upload it to
the p.c. and then go off-line and edit it. Once editing has been completed it should be possible to go on-line
again and download the strategy to the controllers. It is imperative that the strategy by saved as a file and
that this file may also create all of the necessary documentation in a graphical Windows environment.
There should be a document or program used in association with the strategy file for a project so that all of
the hand-over documentation may be automatically generated from a strategy file.
Strategy information on input / output points should be accepted into the programming software from a spread sheet package working in a Windows environment, such as Excel, thus saving unnecessary
duplicating of data entry. If any changes are made to the control strategies, the programming software
should have the ability to automatically generate a new set of hand-over documentation, and the client
should have access to such software so that they make any post-contract alterations themselves. Programs & Routines: The following user programs & routines must be processed by the Control station. Analogue Closed Loop Control: This should provide full closed loop control for analogue signals. It shall be possible to configure a loop to
full proportional integral derivative (PID) control, if required. It shall be possible to cascade many loops for
complex systems. Loops shall have auto / manual override and high & low deviation alarms. It shall be
possible to use weather compensation on some PID control loops. The number of programmable modules
should be specified as an average per field device (Input & Output). Time Scheduling Time program to control the process shall be processed and stored on process level to allow an
autonomous, management station independent operation of the subsystems. Time Scheduling shall
operate in accordance with a yearly calendar that contains automatic adjustment for leap year and daylight
savings time. Following functions shall be available on the management stations to ensure a flexible and
convenient operation of time program. • Direct access from objects in the plant graphics to the associated time program. • Simple, graphics-based programming and modification of time program / switching times.
7-Day Time program
1. Exception program / holiday schedules (local, building wise or system wise).
2. Graphics-based overview of a 7-day program overlaid with all exception program / holiday schedules.
3. Graphics-based overview of all plant points affected by a time program.
4. Automatic synchronization of all time program in a system. 5. Printed reports in various display formats. Direct display of time programs on the screen. The time scheduling programme shall enable the operator to select items of equipment to be switched on / off automatically at pre-set times and days, one calendar function should be provided to program upto 365 days ahead.
Alarms Program: A complete log of all alarms with time of occurrence, time of acknowledgement, time of reset, description
of the alarm (exceeds low limit / high limit with corresponding values) and priority level indication shall
appear on the alarm viewer. Irrespective of whatever application software (EXCEL / WORD / PP) is being
used on the PC, the alarm viewer must popup a window if any of the alarms in the BMS gets activated.
This popup must also have an active icon to acknowledge the alarm and another icon to lead the user
directly to the plant schematic of this particular equipment. A 'sort' feature must be able to group alarms
either by the 'priority' or by 'equipment'. Data thus sorted out shall be saved in easily identifiable .It shall be
possible to transmit alarm through telephone or auto Page the concerned people for initiating necessary
action. As a minimum, the system shall support the following features
(1)
(2)
(3)
(4) (5)
(6)
(7)
(8)
Operation and manipulation of alarms (based on user privileges). Automatic pop-up windows for immediate display and operation of alarms.
Audible or multimedia alarm indication. Continuous overview of all active alarms from site (updated automatically, displayed in order
of priority with the location details, option of personalized view). Comprehensive filter and search criteria (time, date, priority, utility, alarm status etc.,). Alarms for out of limit values (high ,low), change of status, run time limits exceeded etc.,
Listing of unacknowledged alarms. Alarm management services shall also report the system alarms such as Network failure.
(9) Multiple priority levels of alarm shall be made available. Priority levels shall be deemed Critical Alarms and Non-critical (general) Alarms. Normally, critical alarm shall take
precedence over non-critical alarms and high priority over low priority.
(10) Each analog point shall have the following limits defined; wherever required. (11) High priority critical alarm limit, Low priority critical alarm warning limit, Low priority
warning limit, Low general alarm limit. (12) When an analog point goes outside the low priority critical alarm limit or Low priority warning
limit, a user defined warning message shall be directed to the printer at the control station.
The warning limits shall be used to monitor controllability, not comfort conditions. The alarm
limits shall be used to monitor comfort conditions. When a set point is changed the
Interface:
1. It shall provide instantaneous confirmation to system operator of equipment status, graphic screen animation shall be provided. This shall allow full colour animated displays of equipment
in site layouts, building floor plans, and other system configurations. All graphic displays shall be
programmable via keyboard or mouse selection of graphic library stored symbols and system
profiles. Fully implemented graphic displays / colour band / real time values are to be provided for
all systems so identified in the Input/output section of this document. 2. It shall provide a consolidated building screen displaying critical parameters. The operator
shall have provision to access any of the parameters / functions through the screens. The user
shall have the flexibility to 'jump' into a schematic of his choice from a main screen (the top screen).
Jump tags shall be available for jumps on the same level or between levels. 3. The software shall permit free import of AutoCAD drawings on which intelligent icons shall be
placed for maneuverability. If the HVAC drawing shows a plant room with one or more AHU, the
IBMS software must permit jump tags at this location, the clicking on which will lead to the
particular AHU schematic. The schematic shall be fully dynamic and all objects animated. A fan
should appear as running while it is on and a valve shall depict the percentage of opening. All control
/ monitor parameters shall be constantly updating their latest values without having to perform a
'refresh' operation. The software shall have the flexibility to switch over to any other point of the
same utility from the current graphics screen. 4. Colour banding of screen displays shall be provided for display and differentiation of normal
and abnormal signals. This shall allow operator instant recognition and response to critical building
operation. 5. The operator shall have the ability to create new graphics on-site through graphic engineering
tools. The system must permit the use of the "builder package" at any time without shutting off the
IBMS. The IBMS software shall be capable of accepting pictures that could be animated for easy
movement to various screens. It shall provide a graphical display of the site plan, building plan,
floor / wing plan, the utility being monitored while viewing a particular parameter of that utility. If the
user furnishes a digital picture of the building, the IBMS top screen must be able to present this
picture on the monitor from where jump tags will provide access to the users to the various floors /
plant rooms. While moving the mouse curser on the screen all such "live" objects shall
automatically get highlighted with suitable tool tips thus distinguishing them from inactive objects.
Analogue Values that change in the field must be reflected instantaneously on the Graphics
page, however infinitesimal the change. Software must not restrict updating of values only when
such parameters exceed pre-programmed threshold levels or only after specified time intervals. 6. One look at the system topology schematic must convey to the user, discrepancies in the
system such as Database mismatch, Data point bad trace, Communication failure to the sub
systems. 7. Values that are constantly updating from the BMS must be easily exported to other MS
packages such as MS EXCEL for evaluation purposes. Another procedure to use EXCEL as a
support package is by way of creating customized reports to which values (analogue as well as
digital) keep updating constantly (auto refresh). Digital values can be represented by '0' for "off" and
'1' for "on". 8. Historical data must be automatically transferred to the hard disk for retrieval at a later date as
required. There shall be no limitations to the number of history files that the system can generate.
9. Commandable points shall be uniquely identified by colour and/or discrete symbol and shall be directly addressable and Commandable from the graphic display. It shall not be necessary for
an operator to type in command request or point names. Direct entry of Commandable point
address or clicking the cursor to the point shall cause a display of associated command states for
digitals, the set point value and valid range for analogs. Cursor positioning shall be via a "mouse". 10. Dynamic data such as temperature and humidity values, fans and motor status, alarm point
condition etc. shall be embedded in the graphics as the sensing location. Points in alarm condition shall annunciate by colour changes and flashing/blinking icon, symbol, or value.
11. When changes occur in the measured parameters (temp / rh) or driven equipment such as valve position / commands / vfd speeds, the graphics package must reflect these changes
instantaneously and must not be bound by threshold values in such a way that the change is
reflected only when such threshold values are exceeded. 12. Vendor shall not cite number of licensed points as a limitation to the number of features that
shall be made available to the user. For example, an RH set point / a minimum damper position
set point value / a p-band value / an integral action time shall not add up as additional points. Any
calculated analogue or digital value used in the algorithm should not warrant an additional tag. If
vendor's licensing policy is structured in such a way, then vendors shall take care of such
requirement at the time of tendering.
Password Access:
1. None of the features of the Control Station shall be accessible without the user first being required
to log on by entering a password. 2. Alpha numeric passwords of minimum 6 and at least up to 15 characters shall be available and
definable by individual operators. 3. It shall be possible to grant or deny access to any group of screens for any individual user. The
ability to use this feature itself shall also be definable. 4. It shall also be possible to grant or deny access to individual points or groups of points by function
or type. 5. It shall also be possible to define a time out value for individual user. Automatic log-off of the
operator shall occur if no keyboard or mouse activity is detected ruing this time out period. It shall
also be possible to allocate an infinite time out. 6. A log of users shall be available at the control station. A record of the user's name, the time and
date of log ON and log OFF shall be available from this file. 7. The operator with highest access authority shall have the facility to add or delete the lower level
operators. 8. Each User can have one or all the following parameters as defined by operator with highest
access authority
Enclosures for Controllers and Electrical Panels:
1.
2.
3.
All the controllers shall be housed in Lockable Vandal proof boxes which shall either be floor mounted or wall mounted. These shall be free standing, totally enclosed, dust and vermin proof and suitable for topical climatic conditions. The panel shall be metal enclosed 14 SWG CRCA sheet steel cubicle with gaskets between
all adjacent units and beneath all covers to render the joints dust proof. All doors and covers
shall be removable type or hinged and latched and shall be folded and braced as necessary to
provide a rigid support. Joints of any kind in sheet metal shall be seam welded with welding
slag grounded off and welding pits wiped smooth with plumber metal. All panels and covers shall
be properly fitted and secured with the frame and holes in the panels correctly positioned.
Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided
with nuts. Self threading screws shall not be used in the construction of control panels.
Knockout holes of approved size and number shall be provided in the panels in conformity
with the location of incoming and outgoing conduits/cables, lamps shall be provided to
support the weight of the cables. The dimension of the boxes shall depend on the
requirement with the colour decided in consultation with the Architect/Consultant.
Cables
1. 2.
3.
Testing
Cabling between UPS point to the controllers / devices shall be in the scope the BMS Vendor. The 2 Core 1.0 Sq mm cable connecting the Field devices to DDCs shall be PVC insulated
copper, multi strand, Shielded cables shall be 650V grades and shall generally confirm to IS -
1554 - 1988 and meet the signal cabling requirement of the system manufacturer. The 4 core 1 Sq mm networking cable connecting the DDCs to Communication Controller /
Router / Gateway and for the RS 485 MODBUS Interface shall be PVC insulated copper, multi
strand, Shielded (armoured & un armoured) cables shall be 650V grades and shall generally
confirm to IS -1554 - 1988 and meet the signal cabling requirement of the system manufacturer.
The entire IBMS System will be tested in the following aspects
1. 2.
3.
4.
5.
6.
7.
Proper cabling as per the approved shop drawings. System design & Configuration check. Sufficiency of I/O with the requisite spares I/O for each section.
Controller wise integration & functional test. Communication test between Communication Controllers & DDCs.
Testing of Software features. Any other test that are required for checking the quality & performance of the system
Display details
• The project-specific graphical user interface for a complete overview of the entire system
whenever required. • Dynamic color graphics for monitoring and to operate the system without specialist computer skills. • Interlinked graphics in a hierarchical structure, so that users can navigate easily through the
system, moving from a picture or map of the building to floor plans and individual rooms, right
down to the controllers, sensors or other devices within the system. • Displaying various windows of different sizes at the same time. • Large-scale graphics for floor plans etc. should be included without difficulty, while the freely
definable page size provides scope for a clear layout. Items such as set points and alarms, for
example, can be operated directly in the graphics. • The user simply clicks on the relevant item to adjust a value or acknowledge an alarm. • Measured values, operating states and alarms are continuously updated on the screen and
displayed in real-time mode. Once an item changes its value or state, the associated symbol in the
graphics is animated; this may involve a change in numerical value, color, shape or text, or the
symbol itself may be animated. All the commonly used symbols are provided in a number of
(2D and 3D) libraries.
Alarm details • List all the active alarms from the site. The alarm display is updated continuously, so that it always
reflects the current status. • Options for sorting and display during critical situations, when all alarms need to be located and
dealt with at speed, whatever the size of the system. • Users should able to acknowledge or reset alarms, view detailed information in text form, or jump
directly to the associated plant graphics. And the system topology in the System Browser pane
makes locating alarms even easier. • Remote management of a complete overview. • The alarm view can be personalized; to suit the individual needs of each operator. So both the
night security guard and the system engineer will only see the respective information they actually
need. • Password-controlled filtering of the information displayed, based on criteria such as alarm
priority, plant type, alarm status (acknowledged, unacknowledged, disabled, etc.). • The current number of active alarms with priority always displayed in the task bar.
Provision for STF Data Center Customized Software - see Appendix - 1.
Warranty and AMC The bidder should provide three years warranty for all the works carried out as per this contract. For all
equipments supplied and installed (UPS, PAC, BMS and its integrated systems, comfort AC) at STF
Kolkata the respective OEM should provide Three years On-Site Comprehensive Warranty and
subsequent 4th and 5th year Comprehensive annual maintenance contract (AMC). The respective OEM's
acceptance letter for providing comprehensive on-site warranty services to installed systems during the
warranty period without demanding any additional cost from STF,Kolkata should be enclosed. The AMC
period charges on yearly basis will be paid to respective OEM as per the agreed AMC rate.
OEM Commitment for On-site Technical Support The bidder shall submit along with technical bid, letters of on-site comprehensive warranty service
commitment assured by the respective original equipment manufacturer(s) also confirming minimum Five-
year maintenance support of the system offered and shall guarantee supply of all spares for the equipment
during its service life. General Conditions and Eligibility Criteria for Techno-commercial bid: The vendors who had participated in the Expression of Interest at
STF Kolkata in response to our Expression of Interest notice are eligible to participate in the following
techno commercial tender processes and should fulfill the following "General conditions and Criteria"
mentioned here. The bidder must possess the requisite experience and capabilities in providing the services necessary to
meet the requirements, as described in the tender documents. The bidder must also possess the technical
expertise personnel that would be required for the Data Centre during the warranty and annual
maintenance contract periods. The bids must be complete in all respects and should cover the entire scope
of work as stipulated in the Tender document. The bidders should provide appropriate industry standard systems, products & solutions for this proposed
work and the similar solution should have been used recently in at least five major data centers. Bidders
should attach the proof of the proposed systems installation and its usage in Tier II or higher level
Data Center and its user's acceptance certificate for consideration of their technical bid. All the
system / products / equipment supplied should be quoted as a whole complete unit with all the required
accessories and allied items to provide the intended operation.
1. Entire work specified in this tender should be carried out on Turnkey basis within
120days from the date of signing the contract. Before the submission of techno-
commercial bid, the interested bidders should attend the pre-tender clarification meeting
at STF Kolkata and visit the work site to make their own assessments for ensuring the
actual measurements / requirements related to Civil, Electrical and other Data Center
related equipments / systems mentioned in this tender and should clarify himself on all
aspects of this tender with concerned STF, Kolkata authorities. Such a visit should be on
bidder's own expenses / arrangements with prior appointment with STF, Kolkata authorities. 2. As the entire contract is executed on turnkey solution basis, the bidder / contractor is fully
responsible to provide any or all additional items free of cost if such item(s) is inadvertently not specified in tender or not quoted but those items are essential to provide the intended operational requirements and successful completion of the work as per the general scope of this tender. Also the contractor should execute all incidental related works including materials supply at site associated with this scope of work without any additional cost.
3. The bid can be submitted only by an established Information Technology Company / IT System Integrator or Solution provider / OEM or their representatives who has an experience in installation & commissioning of tier II level or higher Data Centers and should have been in the business during the recent three years or more as on 31.8.2011.
4. The bidder should have installed and commissioned a minimum of three or more Data Centers (other than their own internal use) for others / commercial purposes similar to this tender specification capacity or better equipped (primarily consisting of Precision Air- conditioning, UPS System, Electrical Distribution and Lighting, Fire Detection and suppression, Access control and CCTV, Building Management System, VESDA, Rodent repellent System, Civil and Interiors etc and all the allied works). The technical bid should contain the relevant documents in support of this claim. 5. The bidder should not propose or quote for end of life products. The bidder shall submit letters of commitment or declaration issued by the original equipment manufacturer(s) confirming minimum Five-year support for the installed systems and shall guarantee supply of spares for the equipment during its service-life starting from the date of acceptance to confirm that the products quoted are not end of life products.
6. OEM will be responsible for all warranties, upgrades and guarantees etc. during the warranty and subsequent AMC periods. For each proposed system, the respective OEM
acceptance letter to this effect should be attached along with technical bid.
7. All the relevant OEM technical brochures giving the complete details of the proposed systems should be provided along with technical bid.
8. Schematic Diagram of the proposed systems / equipments should be provided for better understanding of the integration, functional features and suggested solutions. 9. The technical bid shall be complete and include all accessories which are essential for the complete functioning of the system as per the scope of this tender. 10. The commercial quote should contain the each unit rate for all major, auxiliary and accessory units. The detailed "Bill of Quantity" (BOQ) should be provided along with technical and commercial quotes for this purpose so as to account the final contract amount in case of addition or removal of any items from the total contract on valid technical reasons. STF, Kolkata reserves the right to add or delete any quoted items quantity during the execution of work. 11. The bidder shall be responsible for proper coordination in the planning, construction of the Data Center, supply, testing and commissioning of the equipment as a whole. The successful bidder shall be the single point of contact for STF, Kolkata during the installation and shall be solely responsible till the completion of entire work and its acceptance. The bidder should provide the detailed work plan schedule along with technical bid.
12. The bidder must have sufficient number of technically qualified and experienced professionals for installation of the quoted systems, its integration with other systems, networking and Data
Center related infrastructure maintenance services. The bidder shall depute well experienced
personnel who had sufficiently involved in the similar implementations for the execution of this
contract and that once assigned to the project will not be moved out of it except for reasons
beyond the control of the bidder. Certificate from bidder's HR Department giving the details of
Technically Qualified professionals employed by the company should be provided along with
technical bid. 13. The bidder should provide the Summary information of Proposed Equipments / Systems
as shown in the Appendix -2 of this tender. (without price in technical bid and with price in price-bid). In addition to the original authenticated print copy, the bidder also should provide the complete technical bid and other specification details in soft copy in MS Word format to support quicker evaluation of the technical details. 14. Payment will be based on the progress of the work as per the following five major stages of the Data Center work schedule.
1. Pre-Site preparation: After completion of all dismantling old fixtures, brick works, supply Server Room Partitions and Raised Floor materials and the first floor is ready to start further
work - 10 % of the contract value. 2. Equipment pre-Installation preparation: After completion of all Electrical wiring, Fixing
Partition Panels, Cable tray, Thermal insulation, Ramp, False Ceiling arrangement - 20 %
contract value. 3. Equipment Installation: After completion of supply, installation and testing of all UPS
and PAC system - 30% contract value.
4. Finishing phase: After completion of Supply, Install, commission and testing of BMS, completion of all Interior works and Fixing of all items as per tender (Server racks, comfort AC, Lighting, doors, etc...) - 20% contract value.
5. Testing and Acceptance: Final acceptance test and handing over - 20% contract value after receiving the 10% bank guarantee.
The vendor must agree and fulfil all the above eligibility criteria / pre-qualification conditions. Only the
Technical bids of vendors fulfilling the above pre-qualification conditions will be considered for further
process. Technical bids of vendors not fulfilling the pre-qualification conditions given above will be
summarily rejected. Undertaking for subsequent submission of any of the missing documents will not be
entertained under any circumstances. STF, Kolkata reserves the right to verify / confirm all original
documentary evidence submitted by vendors in support of above mentioned clauses of eligibility criteria.
Proposed Manufacturers / Suppliers (In general only Industry approved manufacturers / suppliers are acceptable) Proposed Manufacturers / Suppliers for PAC, UPS, Server Racks and BMS
Data Center Systems / Equipment
Precision Air condition Units
Hi-wall Split units UPS Batteries UPS Server Racks and Rack PDU Grilles / Diffuser Switches / LT Panels / DBs Contactors Drain Piping Access Control System, Server Software & Visitor Management System, Access
Control Hub, Intelligent Door Manager Card Readers Biometric Verification Smart card Electro Magnetic Lock & Magnetic Contact Door Contact Integrated IP Camera CCTV, Video Streamer & Software LCD Television for CCTV monitor
Fire Alarm / Suppression System (UL Listed Products) Seamless Pipes (Imported or Indian) FM200 Gas Aspirated Smoke detection system Rodent Repellant Water Leak Detector Systems BMS System Interface Unit / Controller BMS Software DDC Controllers Electrical / Data FR grade Cables PVC Pipes & accessories for wiring
Manufacturers / Suppliers
Emerson / Rittal / APC / Uniflair
Bluestar / Carrier / Voltas / LG Emerson / APC / Rittal / Schneider Rocket, Fiamm, Panasonic, Suntech Emerson / APW President / Rittal Carryaire / Dynacraft / Ravistar L & T / Siemens / Roma / Legrand L & T / Siemens / Schneider SAIL / GST / Jindal / Oriplast Honeywell / Siemens / GE
HID, IDESCO, KABA BIOSCRYPT, HID, KABA, IDESCO HID Mifare DESFire LEGIC
Faraday, Insyn, Trimec, Bell Ademco, Sentrol, Bell Honeywell / Sony / Bosch / Schneider / Bosch /GE Sony / Samsung / LG / Hitachi Siemens / Honeywell / Bosch / Ravel As Per IS Standard. GLCC / DUPONT / BOC VESDA / Vision systems / Xtrails Star Electronics / Master / Jay Engineering Sontay / Siemens / Honeywell / Star Siemens / Honeywell / Schneider / Sauter (Race) / Johnson Controls Siemens / Honeywell / Schneider / Sauter (Race) / Johnson Controls Siemens / Honeywell / Schneider / Sauter (Race) / Johnson Controls Finolex / Polycab / Neolex / Technoflex / RR Kable / Delton / KEI Precision / Approved make
Proposed Manufacturers / Suppliers for Civil Interior work
Sl.N0.
1
2
3 4
5
6
7 8
9 10
11 12 13 14
15 16
17
18 19
20
21
22 23 24
25 26 27 28
ITEM NAME
Laminate (1.5 mm) Hardware fittings
Cylindrical locks/ Mortice Lock
Door Closer
Floor Spring Aluminium Sections Float Glass ( Toughened) Partition Board Veneer Melamine Water proof plywood paint Plastic Emulsion/ Texture paint
Enamel Paint Weather coat paint Vinyl Flooring Antistatic / plain) Glass Carpet tiles Raised Access flooring Under deck Insulation Vitrified Ceramic tiles Venetian Blinds
Fire Rated door Steel door Fire Rated Glass
Grid False Ceiling (Grid) Metal False Ceiling (Grid) Aluminium Composite panel Workstation Furniture
Manufacturers / Suppliers
MERINO/GREENLAM EBCO/HAFELE
GODREJ / EQUIVALENT DORMA//EQUIVALENT
DORMA//EQUIVALENT INDAL/HINDALCO SAINT GOBAIN/INDO - ASAHI/MODIFLOAT NUWUD / UNIWUD / JACKSONS//EQUIVALENT MRF/ASIAN KITPLY/UNIPLY/ARCHIDPLY ASINPAINTS/BERGER/DULUX/UNITILE/HERITAGE ASIAN PAINTS / BERGER / DULUX / Jenson & Nicholson ASIAN PAINTS/BERGER/DULUX ARMSTRONG. ISI, RIKVIN SAINT GOBAIN / MODIFLOAT / INDO - ASAHI SHWA - ISI/ MILKEN UNITED INSULATIONS / MICROTAC ARMADUCT / ARMAFLEX NITCO/ JOHNSON / BELL / ASIAN VISTA LEVLOR/ MAC MPP TECHNOLOGIES PVT. LTD., / GODREJ / SHAKTIMET MPP TECHNOLOGIES PVT. LTD., /GODREJ / SHAKTIMET PROMAT/SAINT GOBAIN/TILKINLGTON/FIRELITE AMSTRONG/USG/ Luxalon (Hunter Douglas) AMSTRONG/USG/ Luxalon (Hunter Douglas) ALUSTRONG/ALUCOBOND/ALCOPLA/ALSTONE Godrej
Proposed Manufacturers / Suppliers for Electrical Item
Sl. No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
Equipment
Automatic Transfer Switch (ATS)
LT Power Distribution Panel
Air Circuit Breaker (ACB)
MCCB
MCB / ELCB / RCCB
DB
HRC fuse
Power Contactor
Aux. Contactor
Control Transformers
Electrical Actuators
Pneumatic Actuators
Transducers
Push Button
Signaling Lamp
Overload Relay
Control/selector switches
Isolator
FRLS Wire
Power & Control Cable
UPS Output PDU
TVSS
PVC Pipes & accessories for wiring
Manufacturers / Suppliers
Schneider/ Legrand /ASCO
Panel manufacturer having certification
L&T / SIEMENS / ABB
ABB / L&T / SIEMENS / SCHNEIDER
ABB / L&T / SIEMENS / SCHNEIDER
ABB / L&T / C&S / SCHNEIDER / BCH / SIEMENS / LEGRAND
SIEMENS / L&T / GE / AREVA
ABB / SIEMENS / GE / SCHNEIDER
SIEMENS / BCH / SCHNEIDER / ABB / GE / C&S
INDUSHREE / BCH / APOLLO / TRIL / INTRA VIDYUT (INDCOIL) / PRECISON / TRANSRECT / Volt Amp (RAIPUR)
ABB / ROTORK
IL (P) / MASSONEILAN / FOURESS / FISHER / AUDCO / AIRMAX PNEUMATICS
ABB / SIEMENS / SIETEX (SOUTHERN TRANSDUCERS) / PHOENIX /SCHNEIDER
SIEMENS / BCH / L&T / SCHNEIDER / C&S
ESSEN / BLUE BELL / VINAY / MICROTECH /BCH / GE / KHERAJ / EPCC / BEMCO/TECHNIC
SIEMENS / L&T / BCH / SCHNEIDER / ABB / GE / C&S / ANDREW YULE (AY)
SIEMENS / L&T / BCH / SCHNEIDER / C&S / ECC / KAYCEE
SIEMENS / L&T / ABB / GE
FINOLEX / RR / KEI / POLYCAB
Finolex / Polycab / Neolex / Technoflex / RR Kable / Delton / KEI
Emerson / APW President / Rittal
Emerson / APW President / Rittal
Precision / Approved make
Appendix - 1 : Customized Software for STF Data Center
The STF DATA CENTRE will be a computerized index of information pertaining to
criminal record history information, absconding criminals, stolen assets, missing persons,
accused persons in judicial custody or on court bail and other fields. It will be dynamic in
nature with provision of expansion or deletion as and when required. It will be available to
local law enforcement and other stakeholders and will be operational 24 hours a day, 365
days a year.
OBJECTIVE: The purpose for maintaining the STF DATA CENTRE system will be to
provide a computerized database for ready access by a law enforcement agency making an
enquiry and for prompt disclosure of information in the system from other agencies about
crimes and criminals. This information assists authorized agencies in law enforcement
objectives, such as apprehending absconding criminals, locating missing persons, locating
and returning stolen assets, as well as in the protection of the law enforcement officers
encountering the individuals described in the system.
ACCESS CONSTRAINTS: All records in STF DATA CENTRE are protected from
unauthorized access through appropriate administrative, physical, and technical safeguards.
These safeguards include restricting access to those with a need to know to perform their
official duties, and using locks, alarm devices, passwords, and/or encrypting data
communications.
USER CONSTRAINTS: Users of the STF DATA CENTRE system will be restricted to
only those privileges necessary to perform an authorized task(s).
PROGRAM: STF Kolkata will be authorized to acquire, collect, classify and preserve
identification, criminal identification, crime, and other records and to exchange such
information with authorized entities through the customized software.
SOURCES OF DATA: Data contained in STF DATA CENTRE will be provided by the
law enforcement agencies and other government stakeholders.
CATEGORIES OF INDIVIDUALS TO BE COVERED BY THE PROPOSED SYSTEM of customized software:
A. Wanted Persons:
1. Individuals for whom court warrants are pending, i.e. "warrantee".
2. Individuals who have committed or have been identified with an offence.
3. Juveniles who have been adjudicated delinquent and who have escaped or absconded from custody..
4. Individuals who have committed or have been identified with an offence committed in a foreign country,
which would be a crime if committed in India, and for whom a warrant of arrest is pending and for
which act an extradition treaty exists between India and that country.
B. Individuals who have been charged with serious and/or significant offences:
1. Individuals who have been fingerprinted and whose criminal history record information has been obtained.
2. Violent Crimes: Persons with three or more convictions for a violent crime or serious drug offence.
C. Missing Persons:
1. A person of any age who is missing and who is under proven physical/mental disability or is senile,
thereby subjecting that person or others to personal and immediate danger.
2. A person of any age who is missing under circumstances indicating that the disappearance was not
voluntary.
3. A person of any age who is missing under circumstances indicating that that person's physical safety
may be in danger.
4. A person of any age who is missing after a catastrophe.
5. A person who is missing and does not meet any of the entry criteria set forth in 1-4 above.
D. Organizations or Individuals/Members of organizations banned in India.
E. Members of Violent Criminal Gangs: Individuals about whom investigation has developed sufficient
information to establish membership in a particular violent criminal gang.
F. Members of Terrorist Organizations: Individuals about whom investigations has developed sufficient
information to establish membership in a particular terrorist organization using the same criteria above
as they apply to members of terrorist organizations.
G. Unidentified Persons:
1. Any unidentified deceased person.
2. Any person who is living and unable to ascertain the person's identity (e.g., infant, amnesia
victim).
3. Any unidentified catastrophe victim.
4. Body parts when a body has been dismembered.
CATEGORIES OF RECORDS IN THE PROPOSED SYSTEM of customized software: A. Stolen Vehicles Record:
1. Stolen vehicles.
2. Vehicles wanted in conjunction with any crime or serious event.
3. Stolen vehicle parts including certificates of origin or ownership.
B. Stolen Gun Record:
1. Stolen guns.
2. Recovered guns, when ownership of which has not been established.
C. Stolen Article Record.
D. Wanted Person Record: Described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM. A.
Wanted Persons, 1-4."
E. Foreign Absconder Record: Identification data regarding persons who are absconding from foreign
countries, who are described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM: A. Wanted
Persons 4."
F. Identification records regarding persons who have been charged with serious and/or significant offences:
Described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM: B."
G. Missing Person File: Described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM: C. Missing
Persons."
H. Organizations or Individuals/Members of organizations banned in India: Described in "CATEGORIES OF
INDIVIDUALS COVERED BY THE SYSTEM: D."
I. Terrorist File: A cooperative program for the exchange of information about terrorist organizations and
individuals described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM: F. Members of
Terrorist Organizations."
J. Unidentified Person File: Described in "CATEGORIES OF INDIVIDUALS COVERED BY THE SYSTEM: G.
Unidentified Persons."
K. Mobile user database File: Of all licensed mobile service providers of whole India.
L. Electoral Photo ID Card File: provision for whole India data.
M. UID database File: provision for whole India data.
N. Passport Database File: provision for whole India data.
O. All vehicle Owner's Database File (with mobile number): provision for whole India data.
P. Ration card holder's database File: provision for whole India data.
Q. PAN card database File: provision for whole India data.
R. Provision of keeping biometric sample of persons for identification like scanned iris, scanned fingerprint,
scanned facial texture etc.
S. Contacts details of all govt. officials and emergency services
T. Storage of searchable voice, video, picture/images, scanned reports and other searchable documents
and data.
Purpose(s): The purpose for maintaining the STF DATA CENTRE system of record will be
to provide a computerized data base for ready access by a law enforcement agency making
an enquiry and for prompt disclosure of information in the system from other agencies about
crimes and criminals (cloud access option should be incorporated). This information will
assist authorized agencies in apprehending absconded criminals, locating missing persons,
locating and returning stolen assets, as well as in the protection of the law enforcement
officers encountering the individuals described in the system.
Routine uses of records maintained in the system, including categories of users and the
purposes of such uses: Data in STF DATA CENTRE files will be exchanged with and for
the official use of authorized stakeholders. The data will be exchanged through existing
STF DATA CENTRE network (dynamic).
System Maintenance Policies
Storage: Information maintained in the STF DATA CENTRE system will be stored
electronically for use in a computer environment.
Retrievability: On line access to data in STF DATA CENTRE will be achieved by using
the following search descriptors with tagging and indexing facility:
A. Stolen Vehicle File: 1. Vehicle identification number; 2. Owner applied number; 3. License plate number; 4. DATA CENTRE number (unique number assigned by DATA CENTRE computer to
each DATA CENTRE record.) B. Stolen Gun File: 1. Serial number of gun; 2. DATA CENTRE number. C. Stolen Article File: 1. Serial number of article; 2. Owner applied number; 3. DATA CENTRE number.
D. Wanted Person File: 1. Name and one of the following numerical identifiers: a. Date of birth; b. PAN/UID number; c. Operator's license number (driver's number); d. Miscellaneous unique identifying number; e. Originating agency case number; 2. Vehicle or license plate known to be in the possession of the wanted person; 3. DATA CENTRE number.
E. Foreign Absconder File: See D, above. F. Missing Person File: See D, above, plus the age, sex, race, and
descriptive role of the missing person.
G. Intelligence Report File: See D, above.
H. Violent Criminal Gang File: See D, above. I. Terrorist File: See D, above.
J. Unidentified Person File: the age, sex, race, height and weight, eye
and hair colour of the unidentified person.
K. Mobile user database File: Of all licensed mobile service providers
of all states.
L. Passport Database File: provision for whole India.
M. All vehicle Owner's Database File (with mobile number): provision for
whole of India.
N. Ration card holder's database File: provision for whole of India.
O. PAN card database File: provision for whole of India.
P. UID database File: provision for whole of India (when implemented).
Q. Electoral Photo ID Card File: provision for whole of India.
R. Biometric sample: scanned iris, scanned fingerprint, scanned facial
texture etc.
S. Contacts details: Name field, Number field, Organization, Services
T. Flat files: Subject matter, Contents using OCR etc.
N.B.: From K to T above, provision for Application Program Interface
[API]to access those data from other concerned stakeholders via
valid authenticity check.
Safeguards: Data that will be stored in the STF DATA CENTRE will be a documented
confidential information and access to that data will be restricted to only government
stakeholders through valid governmental process. The following security measures are the
minimum to be adopted by all having access to the STF DATA CENTRE.
1. Computer Centre: (a). The STF DATA CENTRE computer site must have adequate
physical security to protect against any unauthorized personnel gaining access to the
computer equipment or to any of the stored data. (b). Since personnel at these computer
centres can have access to data stored in the system, they must be screened thoroughly under
the authority and supervision of an STF DATA CENTRE control terminal agency (This
authority and supervision may be delegated as deemed fit and proper). This screening will
also apply to other maintenance or technical personnel. (c). All visitors to these computer
centres must be accompanied by staff personnel at all times. (d). Computers having access
to the STF DATA CENTRE must have the proper computer instructions written and other
built-in controls to prevent criminal history data from being accessible to any terminals
other than authorized terminals. (e). Computers having access to the STF DATA CENTRE
must maintain a record of all transactions against the criminal history file in the same
manner the STF DATA CENTRE computer logs all transactions. The STF DATA CENTRE
identifies each specific agency entering or receiving information and maintains a record of
those transactions. This transaction record must be monitored and reviewed on a regular
basis to detect any possible misuse of criminal history data.
2. Communications: (a). Lines/channels being used to transmit criminal history information
must be dedicated solely to STF, Kolkata, i.e., there must be no terminals belonging to
agencies outside STF sharing these lines/channels. (b). Physical security of the
lines/channels must be protected to guard against clandestine devices being utilized to
intercept or inject system traffic.
3. Terminal Devices Having Access to STF DATA CENTRE: (a). All units having terminals
on this system must be required to physically place these terminals in secure locations
within the authorized agency. (b). The units having terminals with access to criminal history
must screen terminal operators and restrict access to the terminal to a minimum number of
authorized employees. (c) Special instances of access to this system from outside the
agency may also be initiated through an online ticketing system, which should keep track of
the said authorised user by means of time, place and person details and other unique
identifiable parameters.
(c). Copies of criminal history data obtained from terminal devices must be afforded
security to prevent any unauthorized access to or use of the data. (d). All remote terminals
will maintain a manual or automated log of computerized criminal history enquiries
with notations of individuals making requests for records for a minimum of one year.
Retention and disposal: Unless otherwise removed, records will be retained in files as
follows: A. Vehicle File:
a. Unrecovered stolen vehicle records which do not contain
vehicle identification number therein, will be purged from
file 14 years after date of entry. Unrecovered stolen vehicle
records which contain vehicle identification number will
remain in file for the year of entry plus 14.
b. Unrecovered vehicles wanted in conjunction with a crime will
remain in file for 14 years after entry. In the event a longer
retention period is desired, the vehicle must be re-entered.
c. Unrecovered stolen plates, certificates of origin or title,
and serially numbered stolen vehicle engines or transmissions
will remain in file for the year of entry plus 14.
B. Gun file:
a. Unrecovered weapons will be retained in file for an indefinite
period until action is taken by the originating agency to
clear the record.
b. Weapons entered in file as "recovered" weapons will remain in
file for the balance of the year entered plus 10.
C. Article File:
Unrecovered stolen articles will be retained for the balance
of the year entered plus 10 years. D. Wanted Person File:
Person not located will remain in file indefinitely until
action is taken by the originating agency to clear the record.
E. Foreign Absconder File:
Person not located will remain in file indefinitely until
action is taken by the originating agency to clear the record.
F. Violent Crime File:
Will remain in file until action is taken by the concerned
authority to clear or cancel the records. G. Missing Persons File:
Will remain in the file until the individual is located or
action is taken by the originating agency to clear the record.
H. Intelligence Report File:
Will be retained until names are removed by concerned
competent authority.
I. Violent Criminal Gang File:
Records will be retained indefinitely.
J. Terrorist File:
Records will be retained indefinitely. K. Unidentified Person File:
Will be retained for the remainder of the year of entry
plus 10.
For L to T records will be retained indefinitely.
Record access procedures: The procedure by which computerized criminal history record
information about an individual may be obtained by an individual are as follows:
If an individual has a criminal record supported by fingerprints and that record has been
entered in the STF DATA CENTRE file, criminal history record information, it will be
available to that individual for review, upon presentation of appropriate identification and in
accordance with applicable statutory regulations. Appropriate identification includes being
fingerprinted for the purpose of ensuring that the individual is who the individual purports to
be. The record on file will then be verified through comparison of fingerprints.
Procedure:
1. All requests for review must be made by the subject of the record through STF, Kolkata.
That agency within statutory or regulatory limits can require additional identification to
assist in securing a positive identification.
2. If the cooperative law enforcement agency can make an identification with fingerprints
previously taken which are on file locally it can make an on-line inquiry of STF DATA
CENTRE to obtain the record on-line or, if it does not have suitable equipment to obtain an
on-line response, obtain the record by mail. The individual will then be afforded the
opportunity to see that record.
3. Should the cooperating law enforcement agency not have the individual's fingerprints on
file locally, it will be necessary for that agency to relate the prints to an existing record by
having the identification prints compared with those already on file.
INTEGRATION WITH GOOGLE EARTH MAPS
The solutions need to be integrated with Google Earth professional for plotting of
Geo- location of the respective incident location and doing other spatial analysis on
the results obtained from lookup.
Activity location should be tagged with geo point [latitude, longitude or zip-code]
with map visibility.
Plotting of activity [location based] on the map based an on-click of pointer.
Plotting of search results on the map, this plotting will have the following:
1. Pointer will be placed on the location as per the search
criteria.
2. On pointer user can zoom in or zoom out the pointer or
location on the map to place pointer on a more relevant
location.
3. Pointer can be dragged to find the exact location.
4. Direction can be found from the pointer location.
5. Map style can be changed to look for the satellite views i.e.
more imagery and places.
6. Plotting of critical areas can be highlighted with different
pointers.
7. Plotting of nearby police stations and its vicinity to the
place of occurrence of crime.
SEARCH FOR INFORMATION
System should have intuitive search with enhanced filters to find
relevant information as fast as possible.
Expected Victims can be searched from the data base as per their
physical features and involved in previous activities.
Search by SIM / IMIE users
Search by Bank Account / ATM Holders and other fields.
The search will be primarily driven through an integrated tool.
Search can be on the basis of location, its zip code or its area and city
name.
Results can be shown further drilled down using filters.
User should be easily able to find activities that took place in an area
or an activity and demarked people within an area.
Lookup of activities respective to an individual person and associated
people to the respective, individual along with their relevant
information.
Search results can be plotted on a map to show the district and
pinpoint the location of incident or an affected area.
HARDWARE AND SOFTWARE SPECIFICATIONS
Application Server and Database Server : QTY:2 servers
Branded DL 580 G8 server
Chassis: 2U rack Prosser;_6-Core Intel® Xeon® X7460 Processor (2.67 GHz, 16MB cache, 130Watts Memory: PC2-5300 Fully Buffered DIMMs (DDR2-667) 32GB (8x2GB)
Storage: Hot plug SFF SAS _16 TB _ 16x1TB
RAID: embedded Smart Array P410i with 256 MB cache
Array support: RAID 0,1,10,5
Expansion: 3 PCI Express slots(max 6)
Network: 4x Gigabit Ethernet or higher
Power: HP 1200W 12V Hot plug AC Power Supply
Storage Solution: Qty : 1
Branded Storage Works P2000 G3 10GbE iSCSI
MSA Dual Controller SFF Array System
High End branded Laptop Workstations - 5 nos.
High end branded workstations - 08 nos.
Workstation hardware details (both laptop and desktop):
• Intel(R) Core(TM) is-2400 Processor (3.10GHz, 6MB) • Intel(R) Q67 Express Chipset • Integrated Intel(R) 82S79LM Gigabit Ethernet LAN
10/100/1000 • 4GB (2x2GB) Non-ECC DDR3 1333MHz SDRAM
Memory • 320GB 7200 RPM SATA Hard Drive • 1TB, 7200 RPM SATA Hard Drive • 8X Max Slimline DVD+/-RW • 24 " Widescreen Flat Panel Monitor • Intel(R) HD Graphics 2000 Integrated Graphics • USB Optical Mouse • USB Entry Business Keyboard (English) • Genuine Windows(R) 7 Professional 64 bit (English) • All other I/O interface cards as per the system
requirement. • 3Yrs NBD Onsite Service
High End branded, heavy-duty All-In-Ones - 5 nos.
High end branded, heavy-duty colour printers - 5 nos.
High end branded, heavy-duty A3 colour laser jet printer - 1 nos.
Firewall
Cisco Pix 535 series firewall
Software Licenses:
MS Windows 2008 Server enterprise edition : 2 Qty
Norton Antivirus 360: 2 Qty
Oracle 10g: 1 Qty
Google Earth Enterprise 4.0
Project Strategy: The solution strategy would include the following stages:-
System Requirement Study
Specification documentation
System design
User interface design
Application development with source code (to be shared with DC, STF)
Testing of Software with Sample Data
Operational Training
Overall testing of the entire System
Maintenance of the System
Installation & Configuration
The solution will be hosted within the designated premise of the
office of STF, Kolkata within main building of Kolkata Police
headquarters (Lalbazar).
Firewall
Application Server Cluster Database Server
Entry level SAN for storage
Necessary stable networking system for data center.
Software Specifications
Scalability if the solution considering future additions in terms of
co-relations of data and related functionalities being added.
Robust architecture to handle data load.
Security for only role and permission based access of information .
Various sources for data being retrieved and collectively managed.
Fast search with advance filters.
Faceted navigation and information display.
Project Deliverables Following would be the deliverables:
Project Management Plan.
System Design & Specification Documents.
Process Flow.
User Interface Design Screens.
Source code (DC, STF would be the legal custodian of the entire
source code for this customized software).
Tested Solution installed on the production boxes. End of Appendix - 1
Appendix - 2: Summary Information of Proposed Systems
a. UPS 10 KVA - 2 nos. b. PAC - 3 nos. c. Server Racks (with servers) - 2 nos. d. Access Control System - 4 nos. e. CCTV - 4 nos. f. Fire Detection & Gas Based Suppression System - 1 nos. g. VESDA - 1 nos. h. Water Leakage Detector - 1 nos. i. Rodent Repellant - 7 nos. j. Integrated BMS - 1 set. k. Customized Software for STF Datacenter - 1 set. l. Site Preparation and interior works - 1 set m. Comfort AC units - 5 nos. n. Furniture - 1 set
End of Appendix - 2
End of Appendix - 3
Appendix -3: Layout diagram of proposed STF Data Center
CHAPTER -5 PROFORMA FOR PRICE SCHEDULE
(Enclose with commercial bid)
Date of opening. Time.
We..hereby certify that we are established manufacturers/authorized representatives of M/s.with factories at
which are fitted with modern equipment and where production methods, quality control and testing of all materials
manufactured or used by us are open to inspection by the representative of the Purchaser. We hereby offer to supply the following items at the prices indicated below:
Description of Qty Unit Sales Tax/ Other Govt. Incidental Unit Price Extended Price AMC Rates Total Cost work/item as per Price VAT Levis, if Charges, if FOR FOR Kolkata in in INR including Schedule of In In INR any any Destination INR ('c' x 'h') cost of 7 Requirement INR (To be (To be including all years (Chapter-1) and specified) specified) taxes in INR AMC Technical Specifications .
Please specify the configuration, make &
model No. of the quoted item
b Hardware UPS 10 KVA PAC Server Racks Access Control System CCTV Fire Detection & Gas Based Suppression
c
2 nos 3 nos. 2 nos 4 nos. 4 nos. 1 nos.
d e f g h i j k
System VESDA
-
1 nos.
Water Leakage Detector Rodent Repellant Integrated BMS Customized Software for STF Datacenter Site Preparation and interior works Comfort AC units Furniture High-end Branded Workstations High-end Branded Laptop Workstations High-end branded, heavy-duty All-in-Ones High-end branded, heavy duty colour printers High-end branded, heavy duty A3 colour laser jet printer
1 nos. 7 nos. 1 set. As per requirement As per requirement 5 nos.
As per requirement
8 nos.
5 nos.
8 nos.
5 nos.
1 nos.
Branded DL 580 G8
server
Chassis: 2U rack Processor 6 Core Intel
Xeon X7460 Processor
(2.67 Ghz, 16 MB
cache, 130 Watts)
Memory: PC2-5300
Fully Buffered DIMMs (DDR2 - 667) 32 GB
(8x2 GB)
RAID: Embeddd Smart Array P4110i wiht 256
MB cache
Array Support: RAID 0,1,10,5
Expansion: 3 PCI
Express slots (max 6) Network: 4X Gigabit
Ethernet or higher
Power: HP 1200 W 12 V Hot Plug AC Power
Supply
Storage Solution:
Branded Storage Works
P2000 G3 10 GbE iSCSI
MSA Dual Controller
SFF Array System
Softwares
Suitable OS, Application Software
for DATACENTER,
firewall/antivirus,
Óracle 10g
Google Earth
Enterprise 4.0
MS Windows 2008
server enterprise
edition
Norton Antivirus 360
Others softwares for
successful completion
of the project along with necessary licenses.
Firewall: Cisco Pix 535 series firewall
Services
System installation,
Integration,
Testing, Commissioning
& Optimization
Technical, Operational
& Maintenance manuals
Training
2 nos
1 nos.
1 nos.
1 nos.
2 nos.
2 nos.
As
required
As
required
It is hereby certified that we have understood all the terms and conditions specified in the tender
document and are thoroughly aware of the nature of job required to be done and Goods/items to be
supplied. We agree to abide by all the tender terms and conditions and we hereby offer to carry out
the job and (or) supply the Goods/items/services detailed above or such portion(s) thereof as you
specify in the notification of award.
The Total Cost of System as per schedule of requirement
SUBTOTAL - A=Rs. ...............................................................................(in figures and words)
The AMC rates and Total Cost of AMC for the Hardware and Software for 7 Years after warranty.
SUBTOTAL - B = Rs. .............................................................................(in figures and words)
The Total Project Cost including System Cost & 7 Years AMC Cost.
(SUBTOTAL - A + B) = Rs. ....................................................... ...........(in figures and words)
(Signature and seal of Bidder)
CHAPTER-6
Contract Form
CONTRACT No. --------------------------------
This Contract made on the ------- day of ------------, (hereinafter referred to as the
"Contract Date") between the President of India acting through the Commissioner of Police,
Kolkata, 18 Lalbazar Street Kolkata -700001 (hereinafter referred to as the "Purchaser" which
term will include its representatives, successors and permitted assignees) of the one part and
M/s ------------------------------------------, a Company incorporated under the Companies Act,
1956 and having its office at --------------------------------- -------------------------------------------------
--- (hereinafter referred to as the "Supplier" which term will include its representatives,
successors and permitted assignees) of the other part.
WHEREAS
A.
B.
C.
The Purchaser is desirous to procure -------- (hereinafter referred to as the "Stores") for
Kolkata Police and had sought a commercial offer for the supply of the System.
With respect to the enquiry issued by the Purchaser --------------------------------------------
-------------, the Supplier had submitted its Commercial Bid dated -----------------
The Purchaser has accepted the Supplier's Commercial offer read with the
clarifications/confirmation (if any) submitted by the Supplier vide letter ----------- for the
supply of the Stores and associated services at a total cost of Indian Rs.-----------/-
(Indian Rupees -------------------------only).
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows:
1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the
same meaning as respectively assigned to them in the conditions of Contract herein.
2. CONTRACT DOCUMENTS: The following documents, (each a "Contract
Document" and collectively, the "Contract Documents") are hereby expressly
incorporated into this Contract and shall form and be read and construed as part of this
Contract viz: -
Exhibit-A:
Exhibit-B:
Exhibit-C:
Exhibit-D:
Exhibit-E:
Tender enquiry No.-------------------- dated ---------------------
Suppliers Technical offer dated
Supplier's commercial offer dated ---------------------
Supplier's written clarification and confirmation letter dated -------------
(if any)
Purchaser's Letter of Intent No----------/ dated----------
2.2 Order of Precedence: In case of conflict between the terms in this Contract and the Contract Documents, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail. 3. SCOPE OF WORK: The Scope of Work shall include supply, delivery at site,
unloading, any other services associated with the delivery of equipment and materials,
installation, commissioning, software optimization, providing warranty/post
warranty services for the Stores/Equipment, identifying communication Service
Provider & getting suitable data channels on rental basis and any other related
accessories/services for the complete installation and commissioning of the System, as
per the Schedule of Requirements and Technical Specifications of the tender. The
successful bidder will assume full responsibility of the complete System until final
acceptance.
3. SCOPE OF WORK: The Scope of Work shall include supply, delivery at site,
unloading, any other services associated with the delivery of equipment and materials,
installation, commissioning, software optimization, providing warranty/post
warranty services for the Stores/Equipment, identifying communication Service
Provider & getting suitable data channels on rental basis and any other related
accessories/services for the complete installation and commissioning of the System, as
per the Schedule of Requirements and Technical Specifications of the tender. The
successful bidder will assume full responsibility of the complete System until final
acceptance. 4. CONTRACT PRICE
The prices for supply of the Stores and other associated services is detailed specifically in the
Supplier's Commercial offer (Exhibit-B) read with Supplier's written clarification and confirmation
letter dated ----------------------( Exhibit-C). The contract price is Indian Rs.-----------------/- (Indian Rupees --------------------- only). This price excludes existing Central Sales Tax/Service
Tax as applicable and any new Government levies/taxes imposed in India after the Contract
Date, which the Purchaser shall bear and pay at actual.
5. CONTRACT PERFORMANCE BANK GUARANTEE
6 PAYMENT SCHEDULE
7. PACKING, FORWARDING & SHIPMENT
8. DELIVERY, INSTALLATION & COMMISSIONING
9. INSURANCE
10. INSPECTION AND TESTS
11. GUARANTEE/WARRANTY
12. POST-WARRANTY SERVICES AND MAINTENANCE
13. TRAINING
14. SPARE PARTS
15. SITE PREPARATION
16.RESPONSIBILITY OF COMPLETION & SOFTWARE OPTIMIZATION
17. DELAY IN THE SUPPLIER'S PERFORMANCE
18. LIQUIDATED DAMAGES
19. FORCE MAJEURE
20. PATENT INDEMNIFICATION 21 WAIVER
22 .ASSIGNABILITY
23 .SEVERABILITY
24. GOVERNING LAW
25 TERMINATION FOR DEFAULT
26 TERMINATION FOR INSOLVENCY
27 TERMINATION FOR CONVENIENCE
28. RESOLUTION OF DISPUTES
(The clauses 5 to 28 shall be according to the Chapter 2: Conditions of Contract of
this Tender)
29. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the
final expression of agreement between the parties and supersedes all previous
agreements and understandings, whether written or oral, relating to the Contract. This
Contract may not be altered, amended, or modified except in writing, signed by the duly
authorized representatives of both parties.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives as of the last day and year written
below:
Signed by: Name:
Title:
Date:
For and on behalf of The Govt of West
Bengal
Signed by: Name:
Title:
Date:
For and on behalf of
Witness-1 Witness-1
Signature: Signature:
Name: Name:
Address: Address:
Date: Date: Witness-2 Witness-2
Signature: Signature:
Name: Name:
Address: Address:
Date: Date:
CHAPTER - 7
OTHER STANDARD FORMS
ANNEXURE-T1
BIDDER PARTICULARS
(Enclose with Technical Bid)
1. Name of the Bidder :
2. Address of the Bidder :
3 Name of the Manufacturer(s) :
4. Address of the Manufacturer :
5. Name & address of the person :
to whom all references shall be
made regarding this tender
enquiry.
Telephone :
Fax :
E-mail :
Witness:
Signature Signature
Name Name
Address Designation
Date & Company Seal
ANNEXURE-T2
BID FORM
(Enclose with Technical Bid)
Date: ___/___/___
To
The Commissioner of Police
Kolkata Police Directorate,
18 Lalbazar Street
Kolkata -700001
Sir,
Having examined the Bid Documents of TENDER NO.________________
We, __________________________, offer to supply and deliver_______________________
(Name of the Firm)
_________________________________________________________________
(Description of Stores and Services)
in conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Commercial Bid.
We undertake, if our bid is accepted, to complete delivery, installation and
commissioning of the System as per the schedule specified in the Tender.
We further undertake that, if our bid is accepted, we will obtain the Guarantee from a
Commercial Bank in a sum equivalent to 10% of the Contract value for the due Performance of
the Contract as per terms and conditions of the Tender.
We agree to abide by this bid for a period of 365 days from the date fixed for bid
opening and it shall remain binding upon us and may be accepted at any time before the
expiration of that period. This bid together with your written acceptance thereof and your
notification of award shall constitute a binding Contract between us.
We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms
and conditions in the same.
We understand that you are not bound to accept the lowest or any bid you may receive.
We also understand that you have the right to vary the quantities and/or split the total order
among the Bidders and/or procure the available and compatible items/ equipments under
DGS&D Rate Contract.
SIGNATURE AND SEAL OF BIDDER
Annexure - T3
GUARANTEE/WARRANTY & POST WARRANTY MAINTENANCE
(Enclose with Technical Bid)
To
The Commissioner of Police
Kolkata Police Directorate,
18 Lalbazar Street
Kolkata -700001
Ref: TENDER NO. 43 DATA CENTER (PHASE-1)/2011-12/TEN Dated.20.09.2011
We guarantee that everything to be supplied and fabricated by us hereunder shall be
brand new, free from all encumbrances, defects and faults in material, workmanship and
manufacturer and shall be of the highest grade and quality and consistent with the established
and generally accepted standards for materials of the type ordered and shall be in full
conformity with the specifications, drawings or samples, if any, and shall operate properly. We
shall be fully responsible for its efficient and effective operation. This guarantee/warranty shall
survive inspection of and payment for, and acceptance of the goods, but shall expire 36 (Thirty
Six) months after their acceptance by the Purchaser.
We also undertake to carryout the post warranty maintenance of the system for 07
(Seven) years after the guarantee/warranty period of three years as per the terms and conditions
laid down in the tender.
The obligations under the Guarantee/Warranty and Post Warranty maintenance
expressed above shall include all costs relating to labour, repair, maintenance (preventive and
unscheduled), and transport charges from site to manufacturers' works and back and for
repair/adjustment or replacement at site of any part of the equipment/ item which under normal
care and proper use and maintenance proves defective in design, material or workmanship or
fails to operate effectively and efficiently or conform to the specifications and for which notice
is promptly given by the Purchaser to the Supplier.
SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER
DATE ___________
Note: In case the bidder is an authorized distributor, this undertaking towards the
Guarantee/Warranty and Post Warranty Maintenance should be endorsed by the
manufacturer.
Annexure-T4
Company details for eligibility criteria (Clause 2, Chapter-1)
(On applicant Company/leading company's Letterhead) (Enclose with Technical bid)
To
The Commissioner of Police
Kolkata Police Directorate,
18 Lalbazar Street
Kolkata -700001 Sub: Tender for supply of equipment and services for purchase, installation and maintenance
of Data center (Phase-1)
Dear Sir,
We would like to clearly state that we qualify for this work as our company/JV/Consortium of
companies meets all the eligibility criteria of the tender. The details are as under:
Eligibility Criterion Details
1. Turnover of the company/JV/Consortium of
2. Financial year Rupees in
companies during the last three years.Crores
In case of JV/Consortium of companies, the
turnover of the leading company during the
last three years may also be indicated.
(Attach necessary documentary proofs.)
2010-11
2009-10
2008-09
Company/
Leading
Company
Consortium
Companies
of
2. Copy of the Certificate of Incorporation with Yes/No
the copy of Articles and Memorandum of
Association
3. Address and contact numbers of technical
support office in Kolkata
4. Number of key persons who have sufficient (No. of Persons)
experience to develop alongwith the
Organizational Chart related to Data center..
(Attach separate statement indicating names,
qualifications, experience and skills sets and
details of projects handled)
5. Whether at least one similar project has been Yes/No
successfully completed nationally /globally?
(Enclose the list of projects with value and attach necessary documentary proofs along
with addresses & telephone numbers of
clients nationally/ globally.)
6. Whether you have proven experience in the Yes/No
field of development D.C
(Enclose the list of projects and attach
necessary documentary proofs.)
7. Whether draft Service Level Agreement Yes/No
(SLA) has been attached or not?
We understand that if the details given in support of claims made above are found to be
untenable or unverifiable or both, our bid may be rejected without any reference to us.
Yours sincerely
(Signature, Name, designation, contact address and
telephone number of the authorized signatory)
Seal
ANNEXURE - T5
PROFORMA FOR SALES TAX/VAT CLEARANCE CERTIFICATE
(Enclose with Technical bid)
OFFICE OF THE SALES TAX/VAT OFFICER, WARD-
SALES TAX/VAT DEPARTMENT, ..
No._____________________________________________ Dated______________________
Sales Tax/VAT Clearance Certificate
Certified that M/s.______________________________________________________
is a registered Company of this ward having Registration No._________________ The Company is assessed upto_________________and there are no dues pending against the
said Company as on date.
This certificate is issued on the written request of the company, dated_____________for
submission of tender purposes only.
This certificate is valid up_______________
Signature & Seal of
SALES TAX/VAT OFFICER
WARD
DATE:
To, The Commissioner of Police, Kolkata Police Directorate
18, Lalbazar Street, Kolkata -
700001.
BANK GUARANTEE
BID SECURITY
ANNEXURE - T6
Whereas __________________________ (hereinafter called "the Bidder") for the supply of
__________________vide Tender No. 43 DATA CENTER (PHASE-1)/2011-12/TEN Dated.20.09.2011, KNOW ALL MEN by these presents that WE, ___________ having our
registered office at ______________, (hereinafter called "the Bank") are bound by the
COMMISSIONER OF POLICE ,Kolkata, 18, Lalbazar Street, Kolkata - 700001. hereinafter called "the
Purchaser") in the sum of Rs. ______ (in words ) for the tender documents, for which payment will and
truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present.
THE CONDITIONS of the obligation are:-
1. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on
the Bid form or
2. If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity i.e. Six (6) calendar months from the date of opening of the tender.
(a) Fails or refuses to execute the Contract, if required; or (b) Fails or refuses to furnish the Performance Security, in accordance with the
instructions to Bidders. (c) If at any stage any of the information/ declaration is found false.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without
the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the
amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the
occurred condition or conditions. This guarantee will remain in force of the Bid Document upto __________ and any demand in respect thereof
should reach the Bank not later than the specified date. Notwithstanding anything contained herein above, our Liability under this Guarantee shall not exceed Rs.
__________ (in words). This Bank guarantee shall be valid till Forty Five (45) days beyond the Bid validity
period of Six (6) months i.e. ___/___/___-. We are liable to pay guarantee amount or part thereof under this bank guarantee only and only if you serve
upon us a written claim or demand on or before ____________. Dated this ____________day of______________2011___________ at WITNESS
(Signature)_____________ (Signature)_____________________ (Name)__________________________
NAME____________________ (Banker's Rubber Stamp)_________ (Official address) ____________________
Attorney as per Power of Attorney_________ ANNEXURE - T7
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
CHECK LIST - TECHNICAL BID
(Enclose with Technical Bid)
Have you enclosed the tender fee? Have you furnished bidder's particulars
furnished as per Annexure-T1?
Have you furnished Bid Form (Annexure-T2)?
Have you furnished Bid security (Earnest Money)?
Have you filled in Chapter 4 (Technical Specs)? Have you furnished the Guarantee/Warranty and Post Warranty
Maintenance Undertaking?
Have you enclosed un-priced Schedule of Requirement
giving details of Stores quoted?
Are you offering the goods & services as per
delivery schedule?
Have you enclosed Tax registration certificate
and clearance certificate as per enclosed proforma(Annexure-T5)?
Have you furnished the guarantee for supply
of spares in the post warranty period?
Have you signed and sequentially numbered each page
of your Bid?
Have enclosed the certificate as per clause 11.3 of Chapter 1?
Have you noted the contents of Contract Form (Chapter 6)?
Have your furnished company details for eligibility criterion?
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
ANNEXURE- C1
BID LETTER
(Enclose with Commercial Bid) To, The Commissioner of Police, Kolkata Police Directorate
18, Lalbazar Street, Kolkata - 700001.
Ref: Tender No. 43 DATA CENTER (PHASE1) /2011-12/TEN Dated.20.09.2011 Sir,
We declare:
1.
2. 3.
4.
5.
6. 7.
8.
a) That we are manufacturers / authorized agents of _________. b) That we /our principals are equipped with adequate machinery for production, quality control
and testing of materials manufactured and used by us and that our factory is open for inspection by
your representatives. We hereby offer to supply the Stores at the prices and rates mentioned in the Commercial Bid at
Chapter 5. Period of Delivery, Installation & Commissioning: We do hereby undertake, that in the event
of acceptance of our bid, the supply, installation and commissioning of the System shall be
completed at site within the specified period of Fourteen (14) weeks from the date of Award of
Contract (LOI), and that we shall perform all the incidental services as per contract. Terms of Delivery: The prices quoted are inclusive of all charges upto delivery at all the locations
(sites) to be indicated by Kolkata Police. We enclose herewith the complete Commercial Bid as required by you and also enclosed the
Check List. We agree to abide by our offer for a period of 150 days from the date fixed for opening of the
Bids and that we shall remain bound by a communication of acceptance within that time. We have
carefully read and understood the terms and conditions of the tender and the conditions of the
Contract applicable to the tender and we do hereby undertake to supply as per these terms and
conditions. Certified that the Bidder is: a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor, or a partnership firm, and the person signing the tender is a partner of the firm and he has authority
to refer to arbitration disputes concerning the business of the partnership by virtue
of the partnership agreement/by virtue of general power of attorney, or a company and the person signing the tender is the constituted attorney.
NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by
the person authorized to sign the tender document.
9.
We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of letter of intent awarding the contract, shall
constitute a binding Contract between us.
Dated this ___________day of____________2011.
Signature of the Bidder
Details of enclosures: Full address: Telephone No. Mobile No. Fax No. Email address:
ANNEXURE - C2
PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE
(To be stamped in accordance with Stamp Act)
(Enclose with Commercial Bid)
Bank Guarantee No___________
Ref________________________ To, The Commissioner of Police, Kolkata Police Directorate
18, Lalbazar Street, Kolkata - 700001.
Dear Sir,
Date__________
In consideration of the Commissioner of Police (Kolkata), Kolkata Police, Kolkata (hereinafter
referred to as the 'Purchaser' which expression shall unless repugnant to the context or meaning thereof
include its successors, administrators and assignees) having awarded to M/s___________________ with its
Registered/ Head Office at_____________ (hereinafter referred to as the 'Contractor' which expression shall
unless repugnant to the context or meaning thereof, include its successors, administrators, executors and
assignees), a Contract by issue of the Purchaser's letter of intent No._______ dated __/__/____ entering into a
formal contract to that effect with the Purchaser on ___________vide Agreement No._________(hereinafter
referred to as the "Contract") and the Contractor having agreed to provide a Contract Performance Bank
Guarantee for the faithful performance of the entire Contract equivalent to_______*_______Ten percent of
the said value of the Contract to the Purchaser.
We_________________________________ (Name & Address of the bank) having its Head
office at______________________(hereinafter referred to as the 'Bank' which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees)
do hereby guarantee and undertake to pay the Purchaser, on mere demand any and all moneys payable by the
Contractor to the extent of Rs____*____as aforesaid at any time upto ________________ (day/month/year)
without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor.
Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any
difference between the Purchaser and the Contractor or any dispute pending before any court, Tribunal,
Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without
previous consent of the Purchaser and further agrees that the guarantee herein contained shall continue to be enforceable till the Purchaser discharges this guarantee.
The Purchaser shall have the fullest liberty without affecting in any way the liability of the bank under
this guarantee, from time to time to extend the time for performance of the contract by the Contractor. The
Purchaser shall have the fullest liberty, without affecting the guarantee, to postpone from time to time the
exercise of any powers vested in them or of any right which they might have against the Contractors, and to
exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants,
contained or implied in the Contract between the Purchaser and the Contractor or any other course or remedy
or security available to the Purchaser. The bank shall not be relieved of its obligations under these presents by
any exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason
of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or any
other indulgence shown by the Purchaser or by any other matter or thing whatsoever which under law would,
but for this provision, have the effect of relieving the bank.
The Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor's
liabilities. We undertake to pay to the Government any amount so demanded by the Government,
notwithstanding.
a) any dispute or difference between the Government or the Contractor or any
other person or between the Contractor or any person or any suit or proceeding pending
before any court or tribunal or arbitration relating thereto; or
b) the invalidity, irregularity or un-enforceability of the contract; or c) in any other circumstances which might otherwise constitute discharge of this
Guarantee, including any act of omission or commission on the part of the Government to
enforce the obligations by the Contractors or any other person for any reason whatsoever.
We, the Bank further agree that the guarantee herein contained shall be continued on and remain in full
force and effect during the period that would be taken for the performance of the said Agreement and that it
shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement
have been fully paid and its claims satisfied or discharged or till the Purchaser, 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.
We_______________________________________ hereby agree and undertake that any claim which
(indicate the name of the bank) the Bank may have against the Contractor shall be subject and subordinate to the prior payment and
performance in full of all the obligations of the Bank hereunder and the Bank will not without prior written
consent of the Government exercise any legal rights or remedies of any kind in respect of any such payment
or performance so long as the obligations of the Bank hereunder remain owing and outstanding, regardless of
the insolvency, liquidation or bankruptcy of the Contractor or otherwise howsoever. We will not counter
claim or set off against its liabilities to the Government hereunder any sum outstanding to the credit of the
Government with it. Notwithstanding anything contained herein above our liability under this guarantee is limited to total
amount of Rs______*______and it shall remain in force upto and including
__________**_________and shall be extended from time to time for such further period as desired by M/s
____________________on whose behalf this guarantee has been given.
Dated this ____________day of______________2011___________ at
WITNESS
(Signature)_____________ (Signature)_____________________ (Name)__________________________
NAME____________________ (Banker's Rubber Stamp)_________ (Official address)____________________
Attorney as per Power of Attorney_________
* This sum shall be ten percent (10%) of the Contract Price. ** The date will be 03(three) years and six months from the date of award of the contract. In
case of Bank guarantee issued by a Foreign Bank, the same shall be confirmed by any Scheduled Bank
in India.
1.
2.
3.
4.
5.
CHECK LIST - COMMERCIAL BID
(Enclose with Commercial Bid)
Have you furnished the Bid Letter? (Annexure C1)
Have you filled in the Price Schedule? Have you enclosed the Proforma for Contract
Performance Bank Guarantee? (Annexure C2)
Have you quoted for all the items as per Chapter 3?
Have you quoted the AMC charges for a period of seven years
after the warranty period?
Annexure - C3
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No