Sunteți pe pagina 1din 144

Centre for Development of Telematics

Ref No: C-DOT/TENDER/2016-17/004


DATE: 28-02-2017

Request for Proposal for


Design, Site Preparation, Supply, Installation,
Testing, Commissioning, Operations and
Maintenance of Basic Infrastructure for the
establishment of a Data Centre (DC)
on Turnkey basis at C-DOT, Bangalore

(Contents of this non-transferable document are confidential and proprietary to C-DOT. Bidders are instructed to
restrict the use of information given in this document exclusively for submitting their bids only and not for any
other purpose)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 1


TABLE OF CONTENTS

Sections Contents Page nos.

SECTION I : INVITATION FOR BIDS …………………………… 3

SECTION II : OBJECTIVE AND SCOPE OF CONTRACT …………………… 4-7

SECTION III : ELIGIBILIY CRITERIA …………………………………………… 8-9

SECTION IV : INSTRUCTIONS TO BIDDERS ………………………………….. 10 - 28

SECTION V : SCOPE RESPONSIBILITY MATRIX……………………………… 29 -30

SECTION VI : COMPREHENSIVE ANNUAL MAINTENANCE


CONTRACT (CAMC) ……………………………………………. 31

SECTION VII: PROJECT MANAGEMENT ……………………………………… 32 - 33

SECTION VIII : TECHNICAL SECTION …………………………………………. 34 - 86

ANNEXURES : ………………………………………………………………………. 89 - 143

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 2


SECTION I : INVITATION FOR BIDS

1.1 INTRODUCTION
C-DOT, the registered scientific society set up by the Govt. of India, is pursuing research work in
Telecommunications. It provides solutions for current and future requirements of
Telecommunication and converged networks including those required for rural applications.

C-DOT is planning to set up a Data Centre at its Campus located in Bangalore (Electronic City,
Hosur Road, Bangalore – 560 100).

Through this document, C-DOT invites bids for Design, Site Preparation, Supply, Installation,
Testing, Commissioning, Operations and Maintenance of Basic Infrastructure for the
establishment of Data Centre on Turnkey basis from the bidders having adequate skill sets and
experience as per Scope of Work given in Section II & Section III.

All the terms and conditions of this Tender document, will be binding on the Bidders. These
terms and conditions shall subsequently become part of the Purchase Order, to be placed on the
contractor by C-DOT, as a result of the bidding process.
This Tender document is not transferable. The Bidders are advised to study the Tender Document
carefully. Submission of Bid shall be deemed to have been done after careful study and
examination of the TENDER Document with full understanding of its implications.
The letter of invitation for bids containing the schedule of activities, the cost of the TENDER
document and the Bid Security amount are mentioned in Section IV of this document.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 3


SECTION II : OBJECTIVE AND SCOPE OF CONTRACT

2.1 OBJECTIVE
C-DOT is planning to set up a State of the art Tier III Data Centre covering the Scope of Work
given in the following Section.
The Servers, Work-stations and any active components which are integral part of the
infrastructure within the scope of this document have to be provisioned for, supplied,
installed and commissioned. Bidders may please take note of this point.
2.2 BRIEF SCOPE OF WORK
The scope of work under the proposed contract involves Design, Site preparation, Supply,
Installation, Testing, Commissioning, Operations and Maintenance of Basic infrastructure for the
establishment of a Data Centre on a Turnkey basis.
The following table indicates the scope of work in a broader perspective. The detailed scope of
work and specifications are mentioned in Section VIII of this document.

SL. Work Head Scope


No.

I. Data Centre – Designing and Implementing the relevant areas of the Data Centre
General Requirements keeping in view the following attributes:
 Availability
 Flexibility
 Scalability and
 Modularity

The bidder must ensure that the design generally meets the following
industry standards for Tier III or above classifications:
 ASHRAE‟s cooling standards
 IEEE standards for Electrical
 TIA 942-A for Data Centre
 NFPA, UL and local fire codes for Safety and security
 ISO standards for processes and procedures.

The currently prevailing infrastructure in the C-DOT Campus location


should be used to the extent possible after assessing their reusability
keeping in view the recommendations of the Tier III Data Centre.
Wherever additional infrastructure is required, the bidder shall quote for
the same.

The Data Centre shall follow high-efficiency design in equipment type /


capacity selection to achieve high overall operational efficiency at
optimized expenses.

As a measure of overall Data Centre efficiency, bidders shall present a


measurable index that clearly gives the ratio of power used by IT
equipment versus total power requirement to support the Data Centre

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 4


SL. Work Head Scope
No.

operations.

The Data Centre shall be designed in a modular fashion such that, it is


able to scale up with the IT hardware deployment progressively and
Technology up-gradation.

II. Civil Works It would cover the following tasks (wherever applicable), with an
assurance that, if any area being dug/drilled/chiseled etc. then it should
be maintained back properly to aesthetic looks :
 Cement Concrete work (if necessary)
 Cutting & chipping of existing floors
 Trench works
 Masonry works
 Plumbing work
 Drainage system
 RO Unit for drinking water
 Toilet modification
 Hardware and Metals
 Fire rated Glazing and partitions
 Paint work
 False Flooring (entire Data Centre area)
 Furniture & fixture
 Partitioning
 Doors and Locking
 Fire proofing all surfaces
 Insulating
 Vitrified Tiles
 Modular Workstations, dust proof carpets etc.

Entire Data Centre and additional supporting Rooms are located in the
Ground floor and logically divided as per the following Zones:

Zone A – Comprises of Server room which host Servers racks,


Network racks, Cooling units, UPS output PDUs. The area available
for Zone A is approximately 650 Sq. ft (*).

Zone B – It co mpr i ses of a NOC room designed for 6 seaters


with 2 numbers of Large Video Display units. Area available for NOC
room is approximately 450 Sq. ft (*). It also comprises a BMS room
with panels for IBMS/DCIM systems with 2 workstations, Fire
suppression cylinders etc. All Network Connections from outside will
terminate here.

Zone C - This has Electrical / UPS room and Battery room are
designed with Data Centre Panels, UPS and Batteries etc. The same
shall be constructed adjacent to the existing infrastructure with
approximately 200 Sq.ft (*) for UPS room and 150 Sq. ft (*) for battery
room.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 5


SL. Work Head Scope
No.

Zone D – Out-door units viz., Engine Alternators, HSD tank etc. to be


located near the Data Centre area.
(*) The areas mentioned in this section are indicative only.

III. Aisle Containment with Precision Aisle Containment system with Dx based cooling units placed
cooling units adjacent to racks are required for DC Server and Network racks

IV. Air-conditioning Air-Conditioning System (NOC, UPS / Electrical room etc.)

V. Electrical Distribution of EB sources available with C-DoT may be taken /tapped with
Mains, Lighting, LT necessary retrofitting work as per the standard practice. All the
panels, UPS Power and electrical requirement of the Data Centre area shall meet Tier III,
Generators Concurrent maintainability Architecture which includes following
requirements:
 DG Sets needs to be proposed in N+ 1 redundancy
 UPS shall be proposed in N+N redundancy with 15 minutes
back up on full load condition
 Datacenter main panels shall be installed in N+N redundancy
All the electrical requirement of the Data Centre area has to be taken
care of as per Tier III standards of TIA 942-A which includes following
requirements:
 Separate Earth pits for components – Copper plate earthing
 Copper Earth Electrodes & Earth strips
 UPS Distribution Board with MCBs, ELCBs (various ratings)
 All types of Power Cabling and Bus Trunking System
 All output distribution points (including 3-Phase NEMA
connectors etc.)
 Cables & end Terminations
 Sub/Circuit Mains
 Data Centre Lighting (including Emergency lighting)
 Power Usage Effectiveness i.e., PUE should be less than 1.6 at
full load and 1.8 at 50% load.
 MTBF should be 9.39 x 105 Hrs

VI. DCIM (Data Center DCIM shall provision the Operations and Maintenance of entire Data
Infrastructure Centre infrastructure
Management System)

VII. Building Management The Integrated BMS should include the following components:
System (BMS) and  Software Addressable Fire Alarm System
Physical Security  LASER Aspiration System for early smoke detection
(Access Control),  NOVEC 1230 based Fire Suppression System
Firefighting etc.  Access Control System involving –
o Closed Circuit Television System (CCTV)
o Biometric and Proximity Card
o Attendance Management System
o Alarm System
 Rodent Repellent System

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 6


SL. Work Head Scope
No.

 Water Leak Detection System

VIII. Network Operation This facility involves setting up a NOC & BMS with following
Centre (NOC) & BMS requirements:
 Should have Large Display units (TVs)
 Eight Workstations
 The N/W points should be brought to Desktop Workstations

IX. Data Centre The Data Centre shall conform to the guidelines given by TIA942-A at
Classification least Tier III and shall be targeted towards:
 High Physical Security, Reliability, Availability, Scalability,
Manageability and Interoperability.
Wherever the specifications given in this document deviates from the
guidelines given by TIA 942-A, the same shall be brought to the notice
of C-DOT. The SLAs shall be mandatorily adhered to as per section
8.1.3
It is highly desirable that the bidder ensures that the Data Centre is
audited and certified by the authorized agencies for Tier III
classifications.

X. Space Area Allocation The layout Plan of the site is enclosed as Annexure IX in this document.
The bidder is expected to plan individual space allocation for various
facilities of the Data Centre. The area of each facility shall be suggested
by the bidder keeping in view the best utilization of infrastructure and
the effective delivery of services.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 7


SECTION III : ELIGIBILITY CRITERIA

3.1 ELIGIBILITY CRITERIA


The Bidder should fulfill the following mandatory requirements in order to qualify as an eligible
Bidder and shall submit the corresponding supporting documents as part of his bid.
a) The BIDDER shall be a registered/incorporated Indian Company. The BIDDER shall submit
memorandum of association and/or registration certificates to this effect along with the bid.
The Bidder should be registered & incorporated in India under the Companies Act, 1956. The
company should be operational in India for at least the last three financial years as on 31st
March 2016

Note: Consortium of companies/ firms are not allowed to participate in the tender.

b) The BIDDER should have installed and commissioned at least two (2) Tier III compliant
or higher Data centers in India and any one of the project covering raised floor area at-least
1500 sq. feet in the preceding five (05) financial years which should include activities like
Design, Site Preparation, Supply, Installation, Testing, Commissioning, Operations and
Maintenance of Basic Infrastructure for the establishment of Data Centre.

The BIDDER should have undertaken the following activities in the data centres built by them

i. Precision Cooling Systems for similar loads


ii. Electrical works involving
a. Minimum two N+N UPS and battery systems of capacity not less than 300KVA
along with complete power distribution to IT load
b. Supply, Installation and commissioning of N+1 DG sets of similar loads to power
the complete Data Centre as standby to EB Power
iii. Fire and Security – including
a. Access control system ( Biometric and proximity card based)
b. IP CCTV system,
c. Addressable Water Leak detection system,
d. Pest and Rodent repellent system,
e. Fire detection system (including LASER aspirator based systems) and NOVEC
1230 based Fire suppression system as per NFPA2001/NFPA 72E. All deployed
equipment should be UL (VdS for fire suppression) listed

c) The BIDDER should have worked successfully on similar SLAs (without the contract
having been cancelled) as has been described in this document. Documentary evidence from
clients/customers in the name of the BIDDER shall preferably be submitted along with the bid.
In cases where the BIDDER is unable to furnish evidence, he must give an undertaking for the
same.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 8


d) The average annual turnover of the BIDDER in the preceding three financial years as on
the date of bid opening shall not be less than Rs. 20 Crores. The bidder shall have to submit
their audited balance sheet for the last 3 fiscal years.[2013-2014,2014-2015,2015-2016]
e) Details & brief description of Projects and self-certification for successful completion of the
projects clearly indicating the complete scope of work shall be submitted along with the bid.
f) The BIDDER should be ISO 9001:2000 or better certified for Project Management &
System Integration. The validity of the certificate shall be continuing at the time of
submission of the bid. A copy of the latest certificate shall be enclosed with the bid.
g) The BIDDER should have Certified Datacenter Professionals (Min 3 Nos) and Certified
Datacenter Specialist (2 Nos) and PMP qualified PM‟s (1 No.) to deliver Datacenter
Projects. A copy of the latest certificate shall be enclosed with the bid.
h) The BIDDER should hold a valid sales tax registration and a copy of the same shall be
furnished along with the bid.
i) The bidder should not have been blacklisted in the past by any Govt. Agency. An
undertaking to the effect that “the bidder should not have been banned/blacklisted by any
Govt. Department, Central Govt. Unit/PSU/Financial Institutions/court during preceding
three financial years ending March 2016”, is to be submitted.
j) Bidder must mandatorily have a full-fledged service and support centre at Bangalore.
The Bidder must submit details of their office and also the responsible officer. There must be
an independent technical person to support installation and post maintenance. Site visit
shall be carried out by C-DOT committee.
k) The bidder shall provide a list of the OEMs / main technology partners whose equipment /
solutions are being offered in the bid. Only one combination for the whole set of equipment
shall be quoted. Alternative technology options within the bid are not acceptable and such bids
shall be rejected.
l) The bidder shall submit valid document from all the OEMs, whose equipment / solutions are
being offered in the bid, with regard to being their authorized Indian representative. The date
of such authorization should be current as on the date of release of this tender i.e., 28-02-2017
and should have a validity of at least another six months, thereafter.
m) The bidder shall submit a joint undertaking/MAF duly signed by themselves and all the
OEMs for their proposed equipment/ solution, to provide support as per tender terms &
conditions, to the Purchaser for a minimum period of eight (8) years. The Bidder shall
have back-to-back agreements with each of the equipment/solution providers
individually. After 4 years of AMC another 3 years support may be required. A copy of
such undertaking shall be made available to the Purchaser at the time of submission of
the bid.
n) Bidders shall submit a list of clients for whom they have carried out similar type of projects.
This list should clearly enunciate the address of the premises, with phone nos./fax nos./email
and the names of the contact persons.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 9


SECTION IV : INSTRUCTIONS TO BIDDERS

4.1 Tenders should be sealed, superscribed “Tender No. C-DOT/TENDER/2016-2017/004


Item Description and submitted only at the below mentioned office:
PURCHASE GROUP
Centre for Development of Telematics
Electronics City, Phase-I, Hosur Road,
Bangalore 560 100
Tel No. 080-25119574 / 25119568
Fax No.080-25119572

4.2 The tender document will be available at C-DOT Office in Bangalore(address given in
4.1) on payment of Rs. 1000.00 in the form of Demand Draft/Pay Order favouring
CENTRE FOR DEVELOPMENT OF TELEMATICS.
In case the document is downloaded from our website, then please ensure that the Tender
Document fee of Rs 1,000/- in the form of Demand Draft/Pay Order favouring CENTRE
FOR DEVELOPMENT OF TELEMATICS is separately enclosed with the technical bids.
4.3 SITE VISIT:
Since this is Turnkey project the Interested Bidders are requested to MANDATORILY visit the
site for ascertaining and assessing the conditions (after taking prior appointment) and submit
their bid accordingly.
4.4 SUB-CONTRACTING
The Bidder may choose to sub-contract any of the services / components, mentioned under Scope
of Work as described in this document. In such case, the Bidder must submit details of the
proposed services / components of the work to be sub-contracted by him along with the name and
details of such sub-contractor(s). Such bidder shall submit with his Technical Bid, valid
Memorandum of Understanding (MOU)/Agreements with all his sub-contractors mentioning their
respective roles and responsibilities therein. However, the timely completion of deliverables /
milestones shall be the responsibility of the contractor and such arrangement, in no way, shall
relieve the contractor from any liability or responsibility during the contract including warranty
and post warranty obligations.
4.5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of his bid. C-DOT
will, in no way be responsible or liable for such costs regardless of the conduct or outcome of this
bidding process.
4.6 PREPARATION AND SEALING OF BIDS
The bidder shall submit his bid against a non-transferable TENDER document purchased by him
from C-DOT.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 10


The Bidder is expected to thoroughly go through all the instructions, requirements, specifications,
terms and conditions of the TENDER document. Submitting the bid with incomplete information
or without the required supporting documents will be at the bidder‟s risk and may lead to rejection
of bid.
The bid should be submitted in three sealed envelopes in the following manner:

1. The first envelope shall contain the Tender fee of the requisite amount.

2. The second envelope shall contain the purchased TENDER Document duly stamped and signed,
Bid Form, written Power-of-Attorney for the authorized signatory of the bid, duly signed
MOUs with sub-contractors, all the supporting documents towards eligibility criteria, compliance
statement, the complete Technical Bid along with the un-priced Financial Bid, superscribing
“Technical Bid” and bidder‟s name. Also enclose an undertaking that the EMD in the form of
Bank Guarantee has been enclosed in the financial bid.

3. The third envelope shall contain the Financial Bid along with Bid security amount in the
form of Bank Guarantee only (2% of quoted financial bid with one year warranty inclusive of
taxes) plus Managed Services Price (Inclusive of all Taxes), superscribing “Financial Bid” and
bidder‟s name. The Financial bid MUST be explicitly as per the format given in our tender
document. Additional price details/break-up may be given incase applicable.

All the three envelopes shall be sealed separately by the personal seal of the bidder and put
together in a large envelope to be properly sealed and superscribed with the following details:

• “Design, Supply, Installation, Testing and Commissioning of Data Centre Infrastructure


on Turnkey basis”

• Due Date of Bid Opening

• Name of the Bidder

This envelope shall be addressed to C-DOT at the following address:

Purchase Group
Centre for Development of Telematics
C-DOT Campus
Electronic City, Hosur Road,
Bangalore – 560 100

Bid Rejection: Bids without Tender fee and Bid Security shall be rejected outright. In case
the document is downloaded from our website, then please ensure that the Tender Document
fee of Rs 1,000/- is separately enclosed with the technical bid.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 11


4.7 SIGNING OF BIDS
The bid shall be typed or printed with all the pages consecutively numbered and signed by the
bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of
authorization shall be indicated by a written Power-of-Attorney, executed on non-judicial
stamp paper of appropriate value as applicable and duly attested by a Notary public.

Every page of the Bid including all the Formats, Annexure and un-amended literatures should be
stamped and signed by the authorized signatory of the bidder.

The bid shall contain no interlineations, erasures or over-writing, except as necessary to correct
errors made by the bidder and in such cases all corrections shall be signed by the person(s) signing
the bid.

4.8 SUBMISSION OF BIDS


Bidders shall submit their bids either by Registered Post or delivered in person at the mentioned
C-DOT address before the due date and time. The bidder shall be totally responsible for the timely
and proper submission of his bid as per schedule given for the same. C-DOT, in no way shall be
held responsible for any delay by the bidder in the bid submission process.

ONLY ONE SOLUTION PER BIDDER IS ACCEPTABLE. THE BIDDER MUST NOT
QUOTE MULTIPLE OPTIONS FOR ANY OF THE ITEMS.

Tenders should be submitted at C-DOT Bangalore Reception on or before the closing date,
i.e. before 31-03-2017(15.00 hrs.), if delivered personally. If the bids are sent by post/courier, the
tender must reach C-DOT, Bangalore reception, at the address given above before closing time
and closing date, i.e., 31-03-2017 before 15.00 hrs. C-DOT is not responsible for delays of any
nature including postal and force majeure. Tenders received after due date and time will not be
accepted under any circumstances.

4.9 In case, the date of opening of the tender happens to be an unscheduled holiday, the
tender will be opened on the NEXT WORKING DAY at the same time and venue.

4.10 BID SECURITY(EMD)


The Bidder, as part of his bid, shall submit a Bid Security for an amount of 2% of the quoted
value (inclusive of all taxes with one year warranty) plus 2% of Managed Services Price
(Inclusive of all Taxes), in the form of a Bank Guarantee issued by a Scheduled Bank. The Bank
Guarantee shall be valid for a period of One hundred and eighty (180) days from the date of bid
opening. The bid security must be kept in the Commercial Bid only. An undertaking to be
enclosed in the technical bid stating the Bid Security has been kept in the commercial bid.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 12


Any Bid received without the Bid Security as specified above, shall be out rightly rejected
and will not be opened.

Bid Security of the successful Bidder shall be returned after his acceptance of the Purchase Order
placed by C-DOT and after furnishing the Performance Security.

The Bid Security may be forfeited in any of the following events –

• If the Bidder withdraws his Bid submitted with C-DOT

• If the successful Bidder doesn‟t accept the Purchase Order placed by C-DOT

• If the successful Bidder fails to furnish the requisite Performance Security to C-DOT

Bidders should submit the bids for the complete solution only along with applicable Bid
Security. Performance Security Guarantee Deposit should be submitted by way of a Bank
Guarantee in the format enclosed in Annexure VII. The Bank Guarantee should be valid for 6
months from the last date of submission of the bids. Bid security in any other form would not be
accepted. The Bid Security is payable by all categories of bidders and quotes without Bid
Security shall be treated as invalid. Bid Security sent in the form of DD / Fixed Deposits will
not be accepted. Bid Security shall be exempted for Govt. bodies / PSUs & SSI organizations
(who are exempted from payment of Bid security) on production of relevant proof.

4.11 VALIDITY OF BIDS


Bids to be submitted by the Bidders, shall be valid for a period of six months from the date of
opening of Technical Bids. Any bid with shorter validity period, shall be rejected.

4.12 AMENDMENTS BY C-DOT


C-DOT reserves the right to modify the issued TENDER Document, prior to submission of bids,
by way of issuing written amendment and suitably extending the due date of submission of bids, if
required. All amendments shall only be uploaded in our website.(www.cdot.in)

4.13 CLARIFICATION OF BIDS


During the course of scrutiny, evaluation and comparison of the received bids, C-DOT may, at its
discretion, ask some or all Bidders for clarifications of their submitted bids. The request for such
clarifications and the response thereon will necessarily be in writing. C-DOT shall technically
reject the bid incase clarification on any clause of this bid document is not submitted within
the timeline by the bidder. However, after submission of bids, no clarification from the Bidders
at their own initiative shall be entertained.

4.14 PRE-BID MEETING


For the purpose of clarification of doubts of the prospective Bidders on issues related to this
tender, C-DOT intends to hold a Pre-Bid meeting on the date and time as indicated in the
TENDER. The queries of all such Bidders, in writing (Queries may be sent in excel format
only through e-mails to tender@cdot.in). However, the receipt of the same shall be confirmed

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 13


thru email by Purchase Group. All queries must reach C-DOT not later than 10-03-2017
before 12.00hrs at the above mentioned email address. It may be noted that any query
received after the above scheduled date will not be entertained. Only the authorized
representatives of the Bidders will be allowed to attend the Pre-Bid meeting. Clarifications on
queries received from all the prospective Bidders will be taken up by C-DOT in the Pre-Bid
meeting and replies shall be uploaded in our website only and such clarifications shall form the
part of the TENDER Document.

A pre-bid meeting would be held at C-DOT, Bangalore at 14.00 hrs on 14-03-2017. All the
queries in *.xlsx format only should reach C-DOT by e-mail latest by 10-03-2017 12.00 hrs to
tender@cdot.in. No queries sent to individual email id shall be entertained. A maximum of
03 authorized representatives will be allowed to attend the Pre-Bid meeting.

In the event of no such clarification sought, it will be deemed that the bidders have understood the
parameter / requirement indicated / enunciated / described completely and are complying with the
same at the time of submission of the tender. The bidders may also note that no request for
clarifications will be entertained after the above date. The replies to pre-bid queries and
corrigendum (if any) shall only be uploaded on C-DOT website.

Any amendment to the tender specifications/terms/pre-bid replies/date of opening etc., if


any, will only be put up on the website www.cdot.in. Bidders are advised to check the
website before submitting the tender.

4.15 OPENING OF BIDS


All the bids received within the prescribed closing date and time, will be opened in the presence of
Bidders‟ authorized representatives, who choose to attend the opening of bids on the specified
date. A maximum of two (02) representatives from each Bidder, submitting letter of authorization
in their name, shall be permitted to attend the Bid Opening.

The schedule of important timelines and opening of bids are as follows,

Date Time

Submission of Queries 10-03-2017 12.00 hrs

Pre-Bid Meeting 14-03-2017 14.00 hrs

Last Date of Bid Submission 31-03-2017 15.00 hrs

Technical Bid Opening 31-03-2017 15.30 hrs

in the presence of intending bidders at C-DOT, Bangalore office.

4.16 BIDS RECEIVED LATE


Any bid received by C-DOT after the prescribed closing date and time for submission of
bids(through Post/courier), shall be summarily rejected and returned unopened to the bidder.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 14


4.17 TECHNICAL BID
The Technical Bid should contain all the information asked for in this document, except prices. It
should be complete in all respects to indicate that all products and services asked for are quoted
and should give all the corresponding required information. The Technical Bid must be made in an
organized, structured and neat manner. This shall broadly be divided into two parts – Part A shall
contain the information and documents regarding the bidder and Part B shall contain all the
technical details of the proposed project. The format for submission of Part A shall be as
follows:

4.18 Part A:
1. Index
2. Duly filled Bid Form
3. Brief Introduction of the Bidder – Background, Experience
4. Statement of Services to be sub-contracted and details of Sub-contractors
5. Duly signed MOUs between the Bidder and his Sub-contractors
6. Written Power-of-Attorney for the authorized signatory of the bid
7. Statement for submitting the documents fulfilling eligibility criteria (Annexure VI)
8. List of Supporting documents fulfilling eligibility criteria (as per Section III)
9. Compliance Statement of Commercial Terms and Conditions of the Document
10. Duly signed and stamped purchased TENDER Document
11. Copy of the un-priced (prices left blank) Financial Bid

4.19 Technical Bid Contents


The technical bid should contain information on specifications, design, hardware, capacity and
other relevant technical details conforming to C-DOT requirements.
The bidder has to submit hard copy as well as soft copy (on USB Flash) of both Technical and
Commercial bids, the same must be kept in their respective envelopes, in case of any
discrepancies hard copy shall prevail. Technical Compliance Statements, BOM and
Commercial bids shall be in xls/xlsx format only.

It is imperative to mention here that the technical bid should be accompanied by all data sheets,
technical literature, compliance chart and catalogues for each item in original. Please indicate the
year of introduction of the equipment / software into the market as well as the year of manufacture
of the equipment/ software being quoted and the estimated life of the equipment wherever
applicable.

4.20 Technical Compliance


Technical Compliance statement strictly as per the given format for each tendered item is
a pre-requisite for evaluation. Therefore the same must be submitted with the technical bid.
Any falsification / suppression in the compliance statement would lead to the rejection of the
bid with forfeiture of the Bid Security. Corresponding to each technical specification in the
compliance statement, relevant serial no. / page no. / line no. etc., in the data sheet should be

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 15


indicated and highlighted. Incomplete compliance statement or compliance statement in a
different format may lead to rejection of the bid. It is mandatory to attach the compliance
statement of the respective terms and conditions enclosed with the technical
specifications.
A compliance statement format is enclosed (Annexure I & II). All columns should be clearly
filled up. Failure to do so may result in the bid not being considered. Please highlight the
quantitative specifications in your data sheet / technical literature. If the space is not sufficient,
then additional sheets may be used. The compliance comparison statements should be signed by
the authorized signatory. If the compliance comparison statements are not filled up, then the
bids are liable to be rejected.

The compliance statements should be enclosed with the technical bids only. Compliance
statement with respect to commercial and special terms and conditions/SLA (Annexure - II)
stipulated in the tender document should also be provided along with the technical bid. The
suggested ordering information (OEMs part nos.) to match C-DOT‟s specifications must be
indicated in the technical bids.

DELIVERY : The delivery of all the items to be completed within 4 10 weeks from the date of
Purchase Order and 12-14 weeks for Installation and commissioning at site from the date of
Purchase Order.

In case the delivery schedules are not adhered to and the supplies get delayed beyond schedules,
penalties shall be imposed on the vendor/bidder by C-DOT and the penalty to be imposed will
be @ 0.5% for every week or part thereof subject to the maximum being 5% of the total PO
value(inclusive of all Taxes & Levies). Delay beyond 8 weeks will be treated as an exception and
C-DOT reserves the right to cancel the purchase order.

In case the party fails to deliver the material/software or services even beyond the extra time
allowed with penalty as mentioned above, C-DOT reserves the right to make alternate
procurement and arrangements only at the suppliers‟ cost and risk. For this, the supplier shall be
served with a notice of 2 weeks under a registered cover and in case of non-performance, on
expiry of the notice period, the cost of alternate procurement /arrangements shall be recovered
from the vendor.

Penalty for delay in installation and commissioning (execution of pending work) will be @
0.5% of the total PO Value (inclusive of taxes & levies) per site for each week of delay or part
thereof for a period up to ten weeks and thereafter @ 0.7% of the total PO Value(including taxes)
per site for each week of delay or part thereof subject to a maximum of 12% will be applicable.

No counter terms and conditions will be accepted by C-DOT. Bids not complying to C-DOT
terms & conditions will be summarily rejected. No clarifications will be entertained.

This tender is non-transferrable. The bidders shall only be OEMs / System Integrators /
Authorized Indian Representatives of OEMs of the Foreign Principal.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 16


4.21 Details in Technical Bid:

Sl. Technical Bid should contain


No.
1. An undertaking has to be given in the Technical Bid Envelope, certifying that the Bid
Security of 2% of the total quoted price with one year warranty (inclusive of Taxes) plus 2%
of Managed Services Price (Inclusive of all Taxes) has been kept in financial bid (without
disclosing the amount). All technical documents including compliance statements shall be
submitted in soft copy format (in a USB Flash) as well as in hard copy format.
2. Eligibility Criteria documents as per Section III to be enclosed. C-DOT reserves the right to
summarily reject the bid in case the same is not adhered to. No clarifications will be
acceptable by C-DOT incase, the same is not enclosed with the Technical Bid.
3. Technical quote mentioning the details of make & model quoted, specifications, design etc.
All part nos. of the BOM must be indicated in the compliance statement in addition to a
detailed comprehensive BOM for all the items quoted.
4. Data Sheets/Technical literature/Catalogues having proper tags w.r.t. the technical
specifications of the tender.
5. Technical Compliance as per Annexure – I.
6. Commercial Terms Compliance format as per Annexure – II.
7. Year of launch of the equipment and EOL of the equipment
8. BLANK PRICE BID (As per format enclosed vide Annexure – XI, XIA &XIB )
9. Compliance for Warranty and Post Warranty CAMC. The Template followed shall be as
given in section VI.
10. Clients‟ list
11. List of OEMs and authorization certificate from all OEMs
12. Acceptance for submission of Performance Bank Guarantee as per Annexure - VII, for 10%
of the PO value for a period of one (1) year at the time of release of PO. The PBG has
to be extended depending on the acceptance of the system by C-DOT.
13. Acceptance letter to sign NDA with C-DOT on Non-Judicial Stamp Paper of Value of
Rs. 200/-. As per ANNEXURE – X

4.22 Part B: Technical Bid


The Bidder must provide the Manpower and resource deployment plan for the project. This
should consist of a Program Manager and other Mangers, key Contractors and domain expertise in
the areas of Data Centre infrastructure, viz. Civil and Electro-Mechanical Works, NOC
Implementation, Precision Aisle containment, Security and Safety Systems including Fire,
Building or any other applicable statutory safety norms prescribed by the Government from time
to time.

The complete technical documentation clearly mentioning the relevant product information, its
brand and model number offered, supported by printed product brochure, manuals, technical
specification sheets, etc., wherever necessary, should be submitted along with the bid. The bid

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 17


shall be rejected in event of non-submission of such documentation, as C-DOT shall not be
obliged to seek clarifications for above

The Bidder is required to provide all the technical details with specifications exactly as per
specified format. The bid shall be rejected in event of submission of incomplete technical details
or details in any other format. Bidder shall not be permitted to change the technical details /
specifications after submitting the bid.

In Compliance Statements, providing information merely using terms such as “OK”, “accepted”,
“noted”, “as given in brochure/manual” shall not be sufficient and the bidder shall clearly mention
the compliance for each and every specification parameter with cross references in the submitted
bid. Deviations to technical specifications, if any, should be clearly mentioned with reasons
thereof.

However, C-DOT may, at its discretion, waive off any minor non-conformity in any bid. C-DOT‟s
right in this regard, shall be binding on all bidders.

The format for submission of Part B shall be as follows:

1. Index
2. Technical Documentation
3. Proposed Manpower Deployment
4. Schedule of Delivery and Project Implementation
5. Compliance Statement for each line item of technical specifications/requirements
6. Statement of deviations to technical specifications/requirements
7. Software details (if applicable)

Two soft copies (in MS-Word and MS-Excel Format) of the Technical Bid shall be submitted
in a USB Flash. In case of any discrepancy between the submitted hard and soft copies,
information submitted in the hard copy shall prevail.
4.23 FINANCIAL BID
The Financial Bid should give all relevant price information for the detailed bill of material
(BOM) for all the requirements with all expansion and technology up-gradation provision of each
infrastructure line item, and should not contradict the Technical Bid in any manner.
The Financial Bid shall mandatorily be as per the format given in Annexure XI, XI-A and XI-B
failing which the Bid shall be liable to be rejected. However, bidders may add additional
price details incase required.
The responsibility of not foreseeing / visualizing or not including any component of the proposed
solution by the Bidder in his Technical and / or Financial Bid shall lie on the Bidder only. C-DOT
will not make any payments for such items / components at any stage of the contract. Further, if
price of any item is not quoted by the Bidder, it will be considered that the Bidder will supply such
item free of cost to C-DOT.
The commercial model proposed by the bidder shall be based on modular growth of the
infrastructure and be linked to a simple measurable, mutually acceptable unit.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 18


4.24 The Commercial (Financial) bids should contain the following:

Sl. No. Commercial bids should contain

1. Bid Security in the form of BG of 2 % of the respective total quoted price inclusive of all taxes
and levies with One year warranty plus 2% of Managed Services Price (Inclusive of all
Taxes) (as per format given in Annexure - IV).
2. The Commercial quotes containing the price information of the items quoted in the respective
technical bids.

a. Design, Site Preparation, Supply, Installation, Testing, Commissioning, installation &


commissioning plus Managed O&M Services on F.O.R. Bangalore Premises(as per scope
of work) inclusive of all taxes and levies as per BOM and Price format Annexure – XI,
& XI-B

b. One year comprehensive on-site warranty or as specifically stated in the specifications.

d. Post-warranty Comprehensive AMC after completion of successful warranty period from


the date of acceptance of the equipment for 04 (four) years to be quoted (as per format
given in Annexure-XI-A) as per Section no. VI (as specifically stated in the specifications)
e. Payment term s f or post-warranty CAMC i s deferred quarterly basis i.e. after
successful completion of services. No Advance payment terms shall be acceptable.
3. Payment terms - As per Milestone Basis. No modifications shall be made regarding the
payment terms under any circumstances . O&M Services shall be deferred quarterly basis.
4. Delivery schedule: 4 - 10 Weeks for Delivery of the items from the date of placement of the PO.
12 - 14 weeks for Installation and Commissioning from the date of PO.

Confirmation on the above to be explicitly stated in your technical and commercial offer.

The offer must be made in Indian Rupees (INR) only, including the following:
The Total Cost of the Complete Data Centre (100%) Infrastructure setup as per the given sizing
details in Section 8 of this document, including installation, commissioning and Warranty/ AMC
support.
In addition to the total cost for each line item, the unit rate of each individual component
shall also be quoted clearly.
For cables, Electrical items (Switches, MCBs, MCCBs, Sensors etc.), Civil infrastructure (Tiles,
Partitioning, Doors etc.), Ducts, Structured cabling components and all such items, the per unit
rates shall be quoted. Subsequently, payments for the same will be made for the actual deployment
/ consumption after verification / measurement by C-DOT. The Bidder shall take into account all
the aspects and must quote all the items in sufficient quantity so that, in case the quantity of any
item is required to be increased, the additional cost has to be borne by the Bidder. C-DOT shall
have the right to reduce the quantity of any item and in such cases the payment will be made as per
Tender for setting-up of Data Centre at C-DOT, Bangalore Page 19
the actual consumption/deployment. In no circumstances the total payment shall exceed the quoted
price by the Bidder.
The cost of the optional items must be mentioned separately in the same format.
The cost of Comprehensive Annual Maintenance Contract for FOUR years period after the expiry
of successful warranty period of ONE year, shall also be mentioned in percentage of the total cost
of the project separately, which shall be taken into account for deciding the lowest bid. The
CAMC price must be given explicitly as per format enclosed in the bid document
(Annexure-XIA) for 4 years. Lump-sum AMC prices shall not be accepted.
Bidder pricing should indicate any areas that are out of scope or not included in the pricing.

All calculations and total cost in the bid shall be verified and rectified with respect to arithmetical
errors, if any. The final cost thus derived will be binding on the bidder.

Rates quoted shall be inclusive of all Taxes, Duties and Levies, packing, forwarding, freight,
insurance, loading, unloading etc. at site of wok, exactly as per format given in our bid document.
There should be no hidden or contingent costs. Quoted rates shall remain fixed during the
validity period of the bid.

The rates shall be quoted both in figures and words. In case of any discrepancy, the rates
quoted in words shall be valid. The unit rates shall be considered for verification of prices,
incase of any discrepancy.

The bidder shall be responsible for the Insurance of material against Fire, Burglary, theft
etc. at respective sites till all materials are received by C-DOT.

The rates quoted by the Bidder in his bid should be without any conditions. Discounts / Free
Supply offered, if any, shall be simple, un-conditional and clearly stated. The Bidder shall also
mention the Net Price to C-DOT after taking into account all such offers.
Bidders are expected to submit their lowest rates. However, C-DOT, at its discretion, may
resort to negotiate the quoted rates to its advantage, if necessary.

Two soft copies of the Financial Bid (in MS-Word and MS-Excel Format) shall be submitted
in a USB media (including a spreadsheet containing all rates/costs and calculations). In case
of any discrepancy between the submitted hard and soft copies, information submitted in the
hard copy shall prevail.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 20


4.25 PAYMENT TERMS
Percentage of Total Contract Value
Milestone
to be paid
On receipt at C-DOT site of all equipment, accessories etc. required
for the project, as certified by C-DOT representative. Installation 50%
Services shall not be part of the first milestone payment.
On successful integration of all the components of the project, as
certified by C-DOT Representative 40%
On successful running of data centre for one month with actual load,
as certified by C-DOT Representative 10%
Note: The payment terms of Managed Services shall be released
after completion of every quarter based on the quality of service After every quarter
rendered by the supplier and on certification by C-DOT
representative.

Notes:-

1. Payments to be made for the above milestones will be subject to recovery, if any for the
defects noticed in the work under by the contractor till the handing over of the data centre.
2. Payment will be made only after receipt of Back-back Agreements with all OEMs.
3. Service Tax will be paid on the part of the contract denoting “Works”, after excluding the
value of equipment, etc. from the total value.

All payments shall be made to the Contractor through Bank Transfer only by C-DOT, Bangalore.

Income Tax shall be deducted at source and TDS Certificate(s) shall be provided by C-DOT for
the same.

It may please be noted that deduction of penalty due to delayed delivery and installation &
commissioning shall be deducted from the milestone payment.

ALL THE PAYMENTS WILL BE RELEASED FROM C-DOT, Bangalore only.

PAYMENT TOWARDS AMC cannot be made upfront. The same shall be made once in
three months (quarterly) on submission of an appropriate invoice subject to satisfactory services
rendered and accepted by C-DOT. Pl confirm explicit acceptance accordingly in your offer.

INSPECTION: Materials, on their arrival at sites specified by C-DOT, will be inspected for
transit damage and short shipment against invoice / delivery note /copy of PO by C-DOT
officials. The part code mentioned in the PO should match with the part-codes mentioned in
Invoice/Packing list. Any deviation/ difference, has to be certified by the OEM with appropriate
reason for the same and shall provide a fool-proof mechanism for BOM verification, acceptable to
C-DOT. The bidder shall install commission and test the installation as per scope defined in this
document under C-DOT site officer‟s directions. The installation report shall be sent / emailed to
C-DOT to enable them to assess readiness of the site for installation and commissioning of the
Tender for setting-up of Data Centre at C-DOT, Bangalore Page 21
application software. The rejected material(s) will need to be collected by the supplier within a
reasonable period of time from C-DOT premises and all the charges on the same will have to be
borne by the supplier. Replacements will have to be delivered at the site by the vendor before he is
allowed to collect the rejected materials (except any type of storage media like hard disk, tapes,
DVDs etc.) from the site. All formalities for import of replacements etc., if needed, will have to be
taken care of by the vendor. In case we do not receive any response to our letters asking the
suppliers to collect the rejected material within 10 weeks from the receipt of the rejected material
at site, the same may be disposed off through auction, and the proceeds thereof shall be treated as
earnings to the purchaser.

Bidders shall be required to provide complete assistance/guidance at site during the SITE
PREPARATION and INSTALLATION & COMMISSIONING. The installation and
commissioning of the Equipment / Software (wherever applicable) at the place designated by
C-DOT shall be the responsibility of the bidder. All associated costs including those of
taking the material to the designated place shall have to be borne by the bidder.

Confidentiality and Non-disclosure Agreement for All deliverables, as well as information,


including advice, recommendations, observations and comments transferred by C-DOT will
be for the sole and exclusive use of C-DOT. The supplier will now or hereafter NOT divulge
any of the information from the inputs provided by C-DOT or those generated by supplier
during this and concerning this work to any third party. The selected supplier has to sign a
Non–Disclosure Agreement with C-DOT on Non-Judicial stamp paper of value of Rs. 200.00.

Training on Operation and Maintenance on the equipment/software should be provided free of


cost to authorized personnel of C-DOT. The total number of persons would be limited to 05
and the training location would be at Bangalore only. All Training material and handouts
shall be provided by the Bidder.

4.26 SHORT-LISTING OF BIDDERS


All the bids received by C-DOT, shall be scrutinized w.r.t. eligibility of bidders and further
evaluated towards suitability of their proposal towards compliance to technical specifications,
specified requirements and terms and conditions of this TENDER.
Financial bids of only those bidders shall be opened whose bids are found technically suitable and
compliant to requirements of this TENDER.
For deciding the successful bidder, due weightage shall be given to bids submitted by the bidders,
as per following criteria:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 22


4.27 EVALUATION OF TECHNICAL BID
The BIDDERS are required to give a presentation at C-DOT of their proposed solution in
details. During the presentation the complete compliance statement (in C-DOT prescribed
format), elaborate layout diagrams (Civil, Electrical, Air Conditioning and Structured cabling
etc.), BOQ and details of quoted products along with product brochures and drawings shall be
available in softcopy format which can be displayed using a projector. The presentation shall be a
complete walk through of the proposed solution and shall not deviate from the submitted bid. The
technical team of the Bidder shall be present during the presentation to answer the queries
regarding their quoted solution. The BIDDER will be informed about the date of presentation
two days in advance.

Technical Evaluation criteria: Shall be based on the technical compliance given by the
vendor along with Technical presentation and also the quality of the project undertaken as
per the criteria given in the Section-II.

4.28 COMMERCIAL EVALUATION CRITERIA


Lowest Bid shall be decided on the basis of the total items cost with mandatory 1 year warranty,
Installation, Commissioning and Integration charges plus CAMC charges for four years after one
year warranty (as given in Annexure – XIA) plus 5 years Managed services (Annexure – XIB).
Price bids without CAMC and O&M prices and not in line with Annexure –XI, XIA & XIB
shall be summarily rejected. No lump sum prices shall be accepted. All prices should be
explicitly quoted item-wise as per our BOM. Additional line items may be added for
Installation, Services etc.

Incase price of any line item is missed out, the same shall have to be supplied free of cost.
Accordingly, the CAMC of these items for subsequent 4 years after inbuilt 1 year warranty shall
also be valid without any financial implications. No Revised Price-Bid/ corrections shall be
allowed under any circumstances.
Any effort on the part of the bidder towards canvassing or influencing C-DOT in any way, during
the course of bid evaluation or award of contract, shall lead to rejection of his bid.

4.29 RIGHT TO ACCEPT ANY BID AND ACCEPT ANY OR ALL THE
BIDS
C-DOT reserves its right to accept or reject any bid and annul the bidding process and reject all the
bids received, prior to award of contract, without assigning any reason whatsoever. The decision
of C-DOT in this regard shall be binding on the bidders and without any liability.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 23


4.30 RIGHT TO VARY QUANTITIES
C-DOT will have the right to increase or decrease the quantity of goods and services to be ordered
without changing the unit price and terms and conditions of the contract and/or choose not to place
order for any of the work heads under the contract.

4.31 RATE CONTRACT


C-DOT reserves the right to enter into a rate contract with the selected Bidder for any of the items
quoted by him, after placing the Purchase Order through this process. The validity of the rate
contract shall be eighteen (18) months from the date of Purchase Order. The same technical
specifications and Terms of Contract shall apply mutatis-mutandis to the order placed through the
rate contract as specified through this TENDER. However, during the validity period of the rate
contract, if there is downward revision of the prices beyond 10% of the prices at the time of
placing the order, C-DOT reserves the right to re-negotiate the prices before placing the order.

4.32 WATER & POWER CHARGES


During the term of the Contract, C-DOT shall provide electrical power and water facilities to the
contractor and amount equal to 0.05% of the value of the contract shall be deducted from the
bills payable to the contractor towards the same.

4.33 INSURANCE
The contractor shall procure in his name a Contractor‟s All Risk (CAR) Insurance Cover towards
optimizing the risks associated with the contract and submit a copy of the same to C-DOT
covering the term of the contract. The rates shall be quoted both in figures and words. In case
of any discrepancy, the rates quoted in words shall be valid.

4.34 TERM OF THE CONTRACT


The total term of the contract comprising supply, installation, testing and commissioning and
successfully handing over the site to C-DOT shall not exceed four (04) months from the date of
award of contract. Any delay attributable to the contractor shall attract provisions of Liquidated
Damages (Clause 4.35).

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 24


4.35 LIQUIDATED DAMAGES
Keeping in view the strategic importance of timely functionality of the Data Centre, any delay
attributable to the contractor beyond the prescribed period for agreed successful commissioning
and handing over the Project to C-DOT, shall not be accepted. In such a case, C-DOT, without
prejudice to other remedies available under the contract, shall be entitled to recover a sum, as
liquidated damages as mentioned below:
i. Delay of one week or part thereof to commission the project = 0.5% of the total contract
value
ii. Delay of two weeks or part thereof to commission the project = 1.0% of the total contract
value
iii. Delay of three weeks or part thereof to commission the project = 2.0% of the total
contract value
iv. Delay of four weeks or part thereof to commission the project = 4.0% of the total contract
value
v. Delay beyond four weeks shall be charged at 2% for every delayed week or part thereof in
addition to 4.0% as mentioned above subject to the cost not exceeding 10% of the total
contract value.
C-DOT‟s decision to impose liquidated damages and the assessed amount thereon shall be final
and binding on the contractor and the same shall not be challenged by the contractor either through
arbitration or before any Court of Law. Total contract values shall include all applicable taxes
and levies.

4.36 WORK DISRUPTION


In no circumstances the project work shall be disrupted unless otherwise directed by C-DOT. If
there is any disruption of work due to reasons other than what involves C-DOT, the same shall be
restarted within two days failing which C-DOT may get the work completed at the Risk and Cost
of the contractor.

4.37 PERFORMANCE SECURITY


The successful Bidder, after placement of Purchase Order by C-DOT, shall submit Performance
Security for an amount equal to 10% of the Total Contract value(inclusive of Taxes) valid
for 18 months within 10 days from receipt of Purchase Order, in the form of a Bank Guarantee
from a scheduled Bank, towards faithful performance of the Bidder during the term of the contract
including warranty obligations.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 25


4.38 WARRANTY
The contractor shall warrant that all the items to be supplied shall be new and free from all defects
and faults in materials used, workmanship and manufacture, and shall be of the highest grade and
consistent with the established and generally accepted standards for items of the type ordered and
shall perform in full conformity with the defined specifications and drawings. The contractor shall
be responsible for any defect that may develop under the conditions provided by the contract and
under proper use, and shall remedy such defects at his own cost during the warranty period of
ONE (01) year from the date of handing over the project to C-DOT. If any such defect is not
remedied by the contractor within a reasonable time, C-DOT may proceed to get the defects
remedied from other sources at the contractor‟s risk and expenses.

It may be noted here that all items supplied shall not be reaching the End of Life within two years
(2 years) from the date of successful commissioning of the project, failing which the contractor
shall have to replace the item(s) with a new model meeting all specifications at his cost.

Replacement under warranty clause shall be made by the contractor free of all charges at
site of work, including freight, insurance and other incidental charges.

4.39 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT(CAMC)


The contractor shall be required to enter into Comprehensive Annual Maintenance Contract
(conforming to the already prescribed SLAs) while acceptance of the PO with a warranty period of
one(01) year and CAMC for further period of Four (04) years. Year-wise rates as percentage of
the contract value for such CAMC shall be quoted by the Bidder explicitly as per format
given(Annexure XIA) in our bid document. The calculated CAMC amount for 4 years shall
be included for deciding the commercially lowest bidder. Terms and conditions of the CAMC
shall be governed as per a separate agreement. The CAMC charges shall be paid after the
completion of each quarter. All the terms & conditions of the AMC shall be as per Annexure - XII

4.40 INDEMNITY
The contractor shall indemnify, protect and save C-DOT against all claims, losses, costs, damages,
expenses, action suits and other proceedings, resulting from infringement of any patent,
trademarks, copyrights etc. or such other statutory infringements in respect of all components
used/deployed by him under the Contract.
4.41 PUBLICITY
Any publicity relating to the work to be carried out in C-DOT towards this Data Centre is strictly
prohibited. No information of any nature related to this project shall be disclosed to any third party
unless otherwise necessary for sub-contracting purpose. All the bidders must give a declaration in
this regard duly signed by them.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 26


4.42 SAFETY OF C-DOT PROPERTY
The contractor shall ensure that adequate precautions are exercised by his personnel working
under the Contract towards safety of C-DOT property and all his personnel adhere and comply to
prescribed discipline, safety and security norms of C-DOT.

4.43 DISPUTE SETTLEMENT


In case of any dispute, difference or disagreement between C-DOT and the Supplier under or in
connection with this Contract, every effort shall be made by both the parties to resolve it amicably.
Failing which, the matter shall be referred for settlement through provisions of Indian Arbitration
& Conciliation Act, 1996, as amended from time to time, to two Arbitrators: one Arbitrator to be
nominated by C-DOT and the other to be nominated by the Contractor. In the case of the said
Arbitrators not agreeing, then the matter will be referred to an Umpire to be appointed by the
Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in
the event of their not agreeing, the award of the Umpire appointed by them shall be final and
binding on the parties. The language of arbitration proceedings shall be English and the venue and
jurisdiction of the arbitration shall be New Delhi.

4.44 FORCE MAJEURE


The Contractor shall not be liable for forfeiture of its performance security, imposition of
liquidated damages or termination for default, if and to the extent that its delay in performance or
failure to perform its obligations under the contract is the result of an event of Force Majeure.
Such events resulting in prevention or delay in performance of obligations may include, but not
limited to, Acts of God or of public enemy, acts of Government of India in their sovereign
capacity, acts of war, fires, floods, strikes, explosions, lock-outs and freight embargoes. If a Force
Majeure event takes place, the Contractor shall promptly notify C-DOT in writing of such
conditions and the cause thereof within twenty calendar days. Unless otherwise directed by
C-DOT in writing, the Contractor shall continue to perform its obligations under the Contract as
far as it is reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event. In such a case, the time for performance shall be extended
by a period not less than the duration of such delay. If the duration of delay continues beyond a
period of three months, C-DOT and the Contractor shall hold consultations with each other in an
endeavor to find a solution to the problem. Notwithstanding above, the decision of C-DOT shall
be final and binding on the Contractor. The specifications indicated in the tender are as per
C-DOT‟s requirement. Bidders have the option of quoting strictly as per the specifications
indicated in the tender document or offer any equivalents meeting C-DOT‟s requirement.
However, based on the compatibility, the decision of C-DOT on acceptance/rejection of the
same would be final and unquestionable.

If, at any time, during the performance of the Purchase Order, the suppliers encounter conditions
impeding timely delivery of goods and performance of service, then they should promptly notify
C-DOT, in writing of the fact of the delay, the cause of delay and its likely duration. C-DOT shall
evaluate the situation and at its discretion, decide to extend the suppliers, time for performance.
C-DOT‟s decision will be final and binding.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 27


Tenders should be complete in all respects and incomplete tenders not complying with the terms &
conditions shall be summarily rejected without any notice.

C-DOT reserves the right to award work to deserving bidder on Turn Key basis only. The
decision of C-DOT shall be final and unquestionable.

C-DOT reserves the right to reject/accept any part or full Tender(s) without any reason
whatsoever.

Disputes, if any, arising out of the above tender will be referred to courts having jurisdiction over
Delhi only and shall be subjected to Indian laws including the law relating to Consumer
Protection.

4.45 REJECTION FACTORS:


The quote shall be liable to be rejected in the event of any of the following:

a) Tender fee (draft of Rs 1,000/-) not submitted in case the tender was downloaded from C-DOT
website.

b) Quote not submitted in two bids i.e. Technical bid & Commercial bid separately.

c) In case Bid Security declaration letter are not found in Technical Bids and subsequently will
be Rejected if Bid security is not found in the commercial bid.

d) Eligibility Criteria proof not enclosed separately in the Technical bids.

e) Compliance Statement as per Annexure - I & II is not enclosed.

f) Prices not quoted explicitly as per given format viz. Annexure – XI, XIA & XIB. The prices for
all items as well as licenses(if applicable) shall be quoted separately. In-built prices or lump-
sum prices would not be acceptable. No other format shall be accepted. However, additional
details can be added incase required. Prices to be quoted item-wise with totals for each line item
(Annexure-XI). CAMC prices must be quoted strictly as per format (Annexure-XIA) given in
the tender document. Incase if CAMC price of any line item is missed out, the same have to be
supported free of cost during and after the warranty period and CAMC period. O & M prices
must be mandatorily quoted as be format enclosed for 5(five) years.

g) Prices not quoted for the hardware & software with one year on-site Comprehensive warranty
from the date of acceptance as per section 4.0.

h) Non- acceptance for submission of Performance Bank Guarantee as per Annexure - VII for
10% of the PO value for a period of 18 months at the time of release of PO. The PBG
has to be extended depending on the acceptance of the system by C-DOT.

i) Authorization letter from the OEM, Technical compliance, Commercial compliance and written
back-to-back agreement for support from OEMs are not found.

j) All Demand Drafts/Pay Orders/Performance Bank Guarantee or any other type of payment
shall mandatorily be in the name of Centre for Development of Telematics only.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 28


4.46 LIST OF MAKES/APPROVED BRANDS

All the materials/equipment to be used for the execution of the project to be adhered to the List of
makes/brands listed in section VIII and clause 8.2.17

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 29


SECTION V: SCOPE RESPONSIBILITY MATRIX

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 30


SECTION VI: COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)

6.1 Entering into CAMC for a lesser number of years (pro-rata charges to apply) shall be
at the discretion of C-DOT. Bidders must quote for comprehensive on-site AMC,
which shall include labor and cost of the material, strictly as per SLA terms, for a
period of 4 (four) years after the expiry of 1 year‟ warranty period as mentioned
above, to enable C-DOT to decide. The AMC shall be on-site comprehensive and shall
not require the purchaser to procure and store recommended spares at the site during
warranty / AMC.
The Comprehensive on-site AMC must be quoted by all the suppliers for the subsequent four
years‟ period over and above the one year warranty period. The Comprehensive on-site AMC
prices should be based upon the percentage of the Purchase price or prevailing list price at the
completion of three years, whichever is lower. Price Bids without CAMC shall be summarily
rejected. CAMC rates must be quoted as per the price bid format enclosed. No other format
shall be accepted.

6.2 The bidders must also enclose the list of critical spares, and their required quantities
during post warranty period. The bidders must quote for these spares so that there are
no future ambiguities involved. Preferably the cost of spares should be the same as that
in the above referred list or relevant to prevalent market prices whichever is lesser, at
least for a period of up to 7 years after the expiry of the warranty period. However, the
cost of the spares and labour charges shall not be considered for financial comparison.
In case of software, Operating System, Equipment Firmware and Equipment OS,
during installation, integration, acceptance testing, warranty period, extended
warranty period and CAMC, all updates and upgrades shall be supplied and installed
free of cost on pre-paid freight basis. The support shall have to be mandatorily on-site.
However, in exceptional cases remote support from OEMs‟/vendors‟ software/service
centers, through phone/Email/Fax, etc shall also be required and is a must. The time
limit within which such calls shall be attended to shall be only based on the SLAs
mentioned in this document.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 31


SECTION VII: PROJECT MANAGEMENT

7.1 ROLES AND RESPONSIBILITIES


The following matrix shall broadly govern the roles and responsibilities of the Contractor and
C-DOT under the complete Scope of Work :

S.N. Activities Contractor C-DOT


1. Overall Project Management Ownership P
2. Preparation of the Project Plan P
3. Approval of Project Plan P
4. Site Handover to contractor P
5. Access to the facilities and movement of material / equipment as per S P
the requirement
6. Engineering and Execution Drawings submission P A
7. Requisition for Access Passes for Working Staff P A
8. Making Detailed Bill of Material P
9. Submitting samples / material, for make and quality approval P A
10. Supply Installation Testing & Commissioning of In-scope works P
11. Approval for Design Guidelines submitted by Bidder P
12. Formulation of Acceptance Test Procedures P A
13. Availability of test Equipment/instrument P A
14. Co-ordination between subcontractors P
15. Storage Space, Project Insurance and Physical Security of P
Equipment at site
16. Arranging weekly review meetings P S
17. Tracking Project Plan P S
18. Regulatory Approvals – Municipal Committee; Electrical; Pollution P S
Control Board, Landlord Approval for Electrical
19. Final Acceptance Testing S P
20. Documentation and Training P S
21. Project commissioning and Hand over to C-DOT P A
22. Project takeover by C-DOT S P

Legends: P = Primary S = Secondary A= Approval

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 32


7.2 ROGRAM MANAGEMENT
The contractor shall appoint a Project Manager who shall be a Certified Data Centre Specialist to
head a team of technical experts for each area of work head under the contract. The project
manager shall be responsible for all the coordination work at site and represent the contractor in
review meetings. The technical experts of the contractor shall also make themselves available on-
site for any clarifications/technical discussions, if required.

7.2.1 Review Mechanism

The contractor shall provide a detailed pert/Gantt Chart of the entire project clearly indicating the
WBS, Critical path and all the milestones. Weekly review shall be done with C-DOT team to
assess the progress of the project. Weekly status report shall be submitted one day before the
scheduled review meeting.

7.2.2 Escalation Mechanism

The contractor shall provide an escalation path and the escalation procedure before the start of the
project for resolution of unresolved matter. It is the responsibility of the contractor to ensure that
no issue is pending for more than two days after escalation by C-DOT.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 33


SECTION VIII: TECHNICAL SECTION

8.1 DETAILED SCOPE OF WORK


The Bidder shall perform the following tasks as per C-DOT requirement and satisfaction for the
areas mentioned in section 2.1 of this document:
 Designing
 Site Preparation
 Supply
 Installation
 Configuration
 Documentation( Drawings as per plan and as built) and Acceptance Test Plan
 Acceptance Testing
 Certification
 Training
 Handover to C-DOT with full functionality
 Support for the Data Centre Solution

The general specifications shall be of the best available quality in the market with
EN/UL/ISO/BIS/ISI certification whichever is applicable. In any case no work shall be accepted
below the latest CPWD specifications (as applicable). The Data Centre solution to be setup at the
site comprising of following as per specifications mentioned in this document
 Civil & Interiors for the entire Data Centre facilities (also including construction of
UPS/Battery Room)
 Partitions
 Doors
 Glass Windows
 Paneling
 False(raised) Floor
 Acoustics
 Waste disposal etc.
 Addressable Water Leak Detection System
 Pest/Rodent Repellent System
 Fire Detection Alarm and Suppression System
 All the facilities of the Data Centre like Server Room, NOC etc. as defined in section 2.2
 Cooling solution
 Aisle Containment solution with Dx based cooling units placed adjacent racks for
Server room
 Air conditioning other than server room area
 UPS Systems ( including input/output cabling and finishing)
 Data Centre power system with back-up (DG set)
 Electrical Works including
 Panels for Input and Output
 Distribution outlets (UPS and Others)
 Lighting system for the data centre including provisions for emergency lighting

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 34


 Earthing
 Cable managers / Bus Bar Trunking
 Ducting for Power, Telecom and Data Cabling
 Ferruling of Circuits and markings
 Closed Circuit TV
 Building Management System for the Data Centre Area and UPS Room
 Access Control and Biometrics (including access card generation and
management systems, attendance management system)
 Alarm Systems
 NOC Infrastructure setup
 Documentation
 The drawings as per plan and as built (both hardcopy and softcopy)
 Operation and Maintenance manuals (both hardcopy and softcopy)
 Site Maintenance and upkeep

 Solution in Brief:
o Number of Server racks – 14
o Number of Network racks – 4
o Average power per rack : 7 KW
o UPS Proposed : 2 x 160 KVA (approx.) in N+N redundancy
o Utility UPS : 2 x 6 KVA in N+N redundancy
o Cooling units : Dx cooling units in N+1 redundancy with Aisle containment placing
adjacent to racks
o Suitable Air-conditioning for other supporting rooms
o EB Power requirement : 300 KVA (approx.)
o DG Set rating : 2 x 360 KVA (approx.) Prime in N+1 redundancy

8.1.1 General Conditions


 Bidder is required to visit & study the infrastructure at C-DOT Data Centre site to
understand the scope clearly. The visit to site can be done between 1000 hrs to 1500 hrs on
all working days after the purchase of TENDER document with prior appointment.
 For installation & commissioning work, it shall be the responsibility of the Bidder to
arrange and provide requisite tools, testing & measurement equipment and all other things
required for carrying out the installation job industry practice and safety norms.
 The Bidder shall ensure that no other equipment / structure / setup get damaged due to their
activities. Any damages caused to C-DOT‟s property due to Bidder‟s negligence shall be
passed on the Bidder‟s account
 The Bidder has to complete all the aspects of the Data Centre activity as has been
mentioned in the scope to state the data centre setup to be complete.
 The Bidder shall provide recommendations with regards to certified Data Centre Practices
for Site Preparation for utilities
 The successful Bidder will carry out the following activities:
 All the layout design of the Data Center showing placement of racks in Server
Room and related facilities
 Detailed design for all the Data Center subsystems under scope
 Preparation of detailed specifications and bill of materials of the Data center
components

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 35


 Preparation of detailed execution and coordination drawings of all the subsystems
 Turnkey Implementation of the Data Center based on the design carried out for
the Data Centers
 Program Management of the Data Center during the implementation period of
Data Center
 Shall provide as built drawings of all the Data Center sub systems on completion
of Data Center.
 Completion Schedule, Warranty and Service Support
 Bidder shall complete the entire work and make all the systems operational
(Supply, Installation & commissioning, Acceptance of the systems and handing
over to C-DOT as per the delivery schedule given in the tender)
 The support window shall be on 24*7*365 basis
 Bidder should furnish an undertaking for providing products / services support as
per the requirement along with uninterrupted and timely supply of spare parts for
all the supplied equipment / system at least for 07 (seven) years from the
completion of warranty( 1 year) along with upgrade support (if required)
8.1.2 Acceptance Test (AT)
AT shall comprise of completion of following activities at Data Centre Site:
 Checking of the Configuration as per the Purchase Order.
 In case C-DOT is not satisfied with installation / configuration, party must
reinstall and / or reconfigure the entire / partial solution.
 Running of AT Schedule as per agreed AT Plan for SYSTEM(s)
8.1.3 Service Level Agreement (SLA)
 The Bidder shall provide necessary training for the operations and management of the
entire physical infrastructure to the C-DOT personnel (5 persons max.). Bidder shall also
provide one set each per person training material for all the modules.
 All maintenance staff shall be available on-site round the clock for six months after
acceptance of the complete data centre for smooth functioning at bidder‟s risk and cost.
 Bidder must quote per year cost (5 years) for a self-managed O&M taskforce for each
area(qualified for the specific job/functions e.g. Electrical (including UPS, distribution),
Air-Conditioning, BMS, DCIM, Fire detection/suppression, Structured cabling, NOC
maintenance etc.) deployed from the date of sign of project completion. All necessary
manpower, tools required to run the operations on 24x7 basis will in this case be deployed
by the Bidder as a part of the O&M contract for Data Center. The Bidder should intimate
team structure to be deployed at the site for O&M
 The Service Level Agreement (SLA) is defined in this section for the contract services
during the Warranty & AMC Period. These Service levels are defined as the minimum
requirement
 These SLAs are associated with penalty clause to have desired uptime availability and
delivery of service to C-DOT. The successful party will maintain logs for each of the
service provided and shall provide necessary reports which help ascertaining the service
levels and calculation of penalty. Root cause analysis data for each event to be maintained
along with solution deployed and to provide detailed weekly status reports (in hard copy
and soft copy formats).

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 36


8.1.3.1 Definitions
 Response Time: Represents the period of time from the problem reported to the time when
the problem is first attended by Party‟s engineer
 Resolution Time: Represents the period of time from the problem reported to the time in
which the root cause of the problem is removed and a permanent fix has been applied to
avoid problem reoccurrence

8.1.3.2 Service Levels


SLAB-1
Timelines for all calls logged with Bidder Response Response Resolution
Time – Time – Time
Remotely onsite
Any component of system (not affecting uptime) 1 hour 4 hours 10hours

SLAB-2 Uptime
Uptime Criteria Uptime Percentage Total IT Downtime due to site
in Year
Site Availability 99.99% 0.88 hours

8.1.3.3 Uptime Calculation for the quarter

Uptime = {[Actual Uptime / Total No. of Hours in a Quarter] x 100}


 "Actual Uptime" means the aggregate number of hours in any quarter during which the
equipment is actually available for use
 "Total Hours" means the total hours over the measurement period i.e. one quarter (24 *
number of days in the quarter)
 The redundant hardware component failure will also be considered as Solution Downtime
 Any component, even when not affecting the availability of Systems will be considered as a
Solution Downtime
8.1.3.4 Downtime Calculation for the quarter
 "Actual Downtime" means the aggregate number of hours in any quarter during which the equipment
is actually NOT available for use
 Scheduled Downtime would need to be mutually agreed between C-DOT and Bidder and in no way
should impact uptime SLA

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 37


8.2 TECHNICAL SPECIFICATIONS AND SCOPE FOR VARIOUS
INFRASTRUCTURE COMPONENTS

The BIDDER should comply to the below technical specification and scope outlined and should
submit the compliance report along with the technical proposal.

8.2.1 Civil & Interior works


Proposed Design
Entire Data centre & Supporting Room is located in Ground floor and logically divided in
Zones.
Zone A – Comprises of Server room which host Servers racks, Network Racks, Cooling units,
UPS output PDUs. The area proposed for Zone A is approximately 650 Sq. ft.

Zone B - It compri ses of a NOC room designed for 6 seaters with 2 numbers of Large
Display units (TVs). Area proposed for NOC room is approximately 450 Sqft. The monitoring
devices (Panels) for safety & security system shall also be located in this room.
It also comprises a BMS room with IBMS systems, Fire suppression cylinders with 2 workstations.

All Network Connections from outside will terminate here.

Zone C - This has Electrical / UPS room and Battery room are designed with Data centre Panels,
UPS and Batteries etc. The same shall be constructed adjacent to the existing infrastructure with
approximately 200 Sq.ft (*) for UPS room and 150 Sq. ft (*) for battery room.

Zone D – Out-door units viz., Engine Alternators, Air-condition outdoor units etc. to be located
near the Data centre area.

(*) The areas mentioned in this section are indicative only.

Dismantling works
Dismantling work shall be carried out in the proposed area for Server room / NOC room.
 Existing ceiling, flooring, partitions, lightings, wirings, doors, windows etc., may be
demolished or utilized if required as per the requirements of Data centre with the prior
approval of C-DoT.
 Debris shall be transported to the area specified by C-DOT within the campus
 As suggested by C-DOT, few equipment / materials shall be shifted to the Store room

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 38


False flooring works
Required False flooring work shall be carried out at Server room area as per the below minimum
specifications,
 Antistatic floor tiles
 False flooring panels of 18 gauge steel 600 x 600 coated with 50 micron epoxy
conductive paint
 450mm of height from the true floor
 Concentrated point load of 450 Kg and Uniformly Distributed Load of 1350 Kg/ Sq.m

False flooring panels


The floor should be designed for standard load conforming to BIS 875-1987.
 No obstructions of pipes, conduits, detectors shall be permitted in space
immediately under equipment line-ups. The under floor space under line-ups is required
for equipment frame securing, cable management and power access.
 Steps are to be provided for transitioning to elevated floor area.
 Special tools and tackles required for operation of false flooring shall be supplied in two
sets.
 The bidders may note the following details pertaining to panels for false flooring:
 Fire Rating: Panels will conform to Class 0 and Class 1 fire rating tested as CIRC
91/ 61 or BS 476 Part 6 & 7 (60 minutes).
Under Structure
Pedestal Assembly: Pedestal assembly shall be of snap lock type consisting of base assembly
100 x 100 x 2 mm. with full bead weld to steel base plate with embossing and four numbers
holes which shall be fixed to the floor with screws. Anti-vibration rubber pad shall be provided
below base plate. Steel pipe riveted to base plate shall engage the pedestal head assembly. Head
shall be formed steel and full bead weld to stud, with four flange having shape and size as
per standard approved manufacturers‟ specifications. Pedestal head flanges shall be
provided with holes for screws for fastening the G.I. Stringers. No sharp edges or corners
shall be exposed from pedestal head when floor panel is removed. G.I. rod, fully threaded shall
be locked to pedestal head. The entire head assembly is engaged in the base assembly by means
of nut and check nut.

Stringer
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 copper wire. This is required for some of the servers for transient
grounding.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 39


Thermal Insulation Work
Bidder has to carry out the Thermal insulation work on the ceiling and flooring of the Server
room.
 Ceiling slabs should be heat-insulated, or coated with a heat insulating material to avoid
condensation and to reduce the heat transfer in the server room area
Insulation shall be done with 13 mm thick self-adhesive aluminum foil face nitrile rubber Trench
for cables and pipes:

Bidder has to carry out the trench work from DG location till to Electrical room and substation to
Electrical room.
 Trench shall be of minimum 900mm depth and 300 – 450mm wide.
 Cables shall be laid with proper required protections using Bricks, Sand etc.,
 Hume pipes of suitable sizes to be provided at Road crossings and other required
locations
 Concrete chamber should be provided at required places with chequered plate for
maintenance (Both the sides of road crossings etc.,)
 Enough care should be taken not to damage any existing pipes, wires, cables that comes
in the way of trench. Any damage done to existing structure has to borne by the bidder.

Construction of Electrical & UPS room and Battery room


New rooms shall be constructed at the back side of the Server/NOC room for Electrical & UPS
room and Battery room. The below minimum specifications / requirements to be considered.
 New Building structure with foundation, columns, thick brick walls with fire rating,
concrete roof shall be created
 Partitions/ wall for walls other than brick walls shall be of Gyp board.
 The internal partitions for server room (if required), battery room, UPS and electrical
room shall be full height 125 mm thick fire line Gyp Board using 12.5 mm thick double
fire line gyp-board on both sides with GI sheet metal vertical stud frame of size 75 mm
thick fixed in the floor and ceiling channels of 75 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 same should be
inclusive of making cut-out for switchboards, sockets, grills etc. It shall also include
preparing the surface smoothly and finally finishing with one coat of approved brand of
resistant coating.
 It should be as per respective guidelines and regulations

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 40


Partitions/ Walls
Wherever required Fire rated gypsum partitions shall be made as per the below minimum
specifications,
 It should be full height partition
 125 mm thick fire line Gyp Board using 12.5 mm thick double fire line gyp-board on
both sides
 GI sheet metal vertical stud frame of size 75 mm thick fixed in the floor and ceiling
channels of 75 mm wide to provide a strong partition
 Surface shall be finally smoothly finished with one coat of approved brand of resistant
coating
Vitrified Flooring
Vitrified flooring shall be provided in the NOC room area as per the below minimum
specifications,
 20mm thick vitrified tiles 600 x 600 size conforming to IS: 15622: 2006
 Special adhesive of Dr. Fixit Fevimate X-L or equivalent shall be used
 6” skirting shall be provided
Vinyl Flooring
Antistatic vinyl flooring shall be provided in the Electrical & UPS room and Battery rooms as per
the minimum specifications below,
 2 mm thick anti-static vinyl flooring over the prepared surface
 It shall be fixed by applying the appropriate cement paste to fix it over the base floor slab
Doors
Required doors shall be provided as per the below requirements.

Server room, Electrical & UPS room and Battery room

 2hr fire rated Metal double door with frame work, vision panel, handle, locking system,
top patch and bottom patch, hardware etc.,
 Dimension of 1200mm(W)x2100mm(H) for server room
 Dimension of 1200mm(W)x2400mm(H) for Electrical & UPS and Battery room
 2hr fire rated Emergency exit door shall be provided in server room with all required
accessories to meet safety regulations
NOC room

 Wooden double door with required frame work, handle, locking system, top patch and
bottom patch, hardware etc.,
 Dimension of 1200mm(W)x2100mm(H)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 41


Painting
Painting works shall be carried out at internal and external walls & partitions as per the below
minimum requirements (Server room, NOC room, Electrical & UPS room and Battery room),
 Gypsum / Plaster of Paris paste of thickness 5 - 8 mm 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 cleaned and scratched 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.
 Upon 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 surface and for fire line gyp-board ceiling (if
applicable).
 Server room shall additionally be applied with painting putty to level & plumb and
painting with 2 coats of fire retardant painting.

Furniture and Miscellaneous work


NOC room shall be equipped with 6 numbers of workstations and BMS room shall have 2
workstations as shown in the layout and as per the minimum below requirements,
 6 Numbers of workstation tables at NOC & 2 numbers at BMS room
 Each shall be with Drawers, cupboards, Key board tray, CPU rack
 Provision for raceways to be provided
 10 numbers of high back revolving chairs to be provided
 2 numbers of LED TVs shall be provided in NOC room
 It should be mounted on walls with required supports and UPS power sockets
 2 numbers of White magnetic board to be provided with accessories of dimension
1050mm x 1200mm
 Required Glow signage on both sides of the door shutters marking PUSH / PULL along
with other signage marking different work areas and emergency signs to be provided

Foundation works
Required foundation works shall be carried out for DG Sets to meet the OEM requirements.

General Layout
Preparing a detailed layout drawing and showing the proposed infrastructure as per the design and
RFP requirement.

Cleaning
The successful bidder will remove the dismantled / demolished material with prior permission
from the client on a daily basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 42


8.2.2 Electrical
The required Electrical architecture is shown below:

Electrical distribution – Minimum requirements

 It shall meet Tier III, Concurrent maintainability Architecture as per TIA 942-A
 Presently Single EB source shall be provided at Existing LT Panel from the customer. It
is required to have a EB distribution panel to split this in to two feeds to downstream
distribution. LT may be tapped with necessary modification and retrofitting works.
Provision for connecting second EB source to be made available for future use with tie-
breaker between two DC panels.
 DG Sets needs to be proposed in N+1 redundancy
 UPS shall be proposed in N+N redundancy with 15 minutes back up on full load
condition on each UPS
 Each rack shall be proposed with 2 number of power feeds from two difference sources
 Each cooling unit for Critical areas (Server room & Electrical/UPS room) shall have
inbuilt / external Auto change over switches for redundancy

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 43


EB Sources

 Required power of 300 KVA (approx.), 3 phase, 50 Hz, 415V shall be provided by C-
DoT at the existing LT Panel
 Bidder has to validate the existing breaker at the tapping point
 If required ACB panel to be added or existing MCCB to be replaced with the new one to
meet the requirement
 The proposed panel shall be equipped with required protections and Multi data meter
with RS 485 for communication

DG Sources

 DG Sets of rating 360 KVA, Prime rated shall be proposed in N+1 redundancy
configuration
 Outdoor type units with Acoustic enclosure shall be proposed
 The proposed Generators shall be capable enough to deliver 300 KW of power at 80%
loading and with 0.8 Power factor and considering local ambient considerations

Datacenter Main Panels

 Two number of Floor mounted type, Compartmentalized Datacenter main panels shall be
installed in N+N redundancy configuration.
 Panels construction shall be as per Form 3B factor, IP54 with Tie-breakers between the
panels.
 These panel will be located in Electrical room
 Each will have two incomer MCCB breakers, one for EB Source and another for DG
Source.
 Automatic change over operation shall be envisaged in the Datacenter main panels
between EB and DG Sources using Motorized MCCBs.
 Each panel shall distribute the power to critical UPS, CLC DB, LPDB and utility UPS
and Spare breakers
 Each incomer breakers should have MDM with RS 485
 Bus bar shall be of Aluminium conductor
 TVSS Shall be provided on each panel

Power Distribution Units (PDU)

 PDUs nothing but UPS output panel, there are two number of PDUs shall be installed
which will be in N+N redundancy configuration
 These will be located inside the server room
 Each should have required number of outgoing breakers to distribute the UPS power to
the 18 Racks
 Bus bar shall be of copper
 Number of Racks and its power details are given
 Each floor PDU‟s Incomer Multi Data Meter should have RS485 modbus communication
facility to integrate with third party controller/DCIM system

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 44


Distribution boards

 1 number of Raw power DB for Lighting and utility raw power sockets shall be installed
 1 number of UPS DB (output from utility UPS) shall be installed for utility ups
distribution
 Required number of CAC DB shall be installed for Air condition power distribution to
meet Tier III requirement
 Outgoing feeders of Main LT Panel should have RS485 modbus communication facility
to integrate with third party controller/DCIM system

Cooling unit DBs / Panels

 There are two numbers of cooling unit DBs / Panels shall be proposed in N+N
redundancy
 This will receive the power from Main LT Panels and distribute it to each cooling units
 These DBs will be located inside the server room
 Incomer of each DBs shall be provided with MDM with RS 485

Power distribution to Cooling units

 Each cooling units shall be provided with Auto change over switches between two
sources
 Power for the changeover switches shall be provided from two cooling unit DBs panels
 Output of the changeover switch shall be connected with cooling units .

Specification for Diesel Generator set


The purpose of this work includes Supply, install, commissioning and test the equipment and
systems till the end of defect liability period.
DG set shall be capable of safe, Continuous power rated at variable load for unlimited number of
hours.
Items Included (but not limited to) in the contract are abstracted as below:

 Outdoor type Diesel Generator with Acoustic Enclosure


 Diesel engines directly coupled with alternators mounted on a rigid fabricated steel base
frame with resilient ant vibration mountings
 Inbuilt AMF panel (EB Sensing signal) shall be provided from LT Panel
 DG cooling system. Radiator cooled
 Exhaust piping with silencer to provide 25dBA insertion loss.
 Electric starting equipment including batteries and battery chargers

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 45


 Fuel supply system including oil storage and automatically operated fuel transmission
system
 Acoustic treatment of DG set as per prevailing norms
 Statutory approvals including permission from Electric supply Authority for operation of
DG sets, approval from EB power authority clearance from Electrical inspector, approval
from pollution control Board (KSPCB)
 Coordination with DG & AMF panel vendor
 Should have RS485 Modbus communication facility for monitoring quality of power
including NO/NC for alarm monitoring through integration with third party
controller/DCIM system
The changeover from DG to Electricity Board Power will be automatically done by AMF panel
by switching off the DG set after a specified period of time.

 IS: 4722 – Specification for rotating machinery


 IS 4729 - Measurement and evaluation of vibration of rotating electrical machines
 IEC 34 – Rotating electrical machines
 IS 10002 – Performance requirements of Diesel Engines
 IS 10000 or Equivalent BS code – Method of tests for IC engines
The DG set shall comply with latest guidelines, regulations and Central Pollution Control Board
norms.

Engine
The Engine shall be capable of producing the desired nominal output at site referred to the
generator terminals and with machine operating under ambient conditions.

Alternator

 Alternator rated for 415 Volt and 50Hertz complying to IS 4722 – 1992
 Shall be equipped with Over Voltage Protection
 Voltage regulation – within 0.5% of the rated voltage
 Harmonics – maximum 1% between phase and neutral and total maximum 3%
 Alternator winding shall have class H insulation with temperature rise limit to class B

Base Frame
Engine and Alternator are mounted, coupled and aligned on a common channel iron fabricated
based frame.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 46


Fuel Tank
Fuel tank capacity fabricated from sheet metal complete with drain valve, air vent and inlet and
outlet connection. The suitable capacity of fuel tank shall be placed inside the acoustic enclosure
under the base frame.
Batteries
Maintenance free batteries shall be provided with required capacity. The power cable for
charging the batteries shall be considered from the raw power panel.
Exhaust system
The scope of this section is to design, supply, and erection testing and commissioning of D.G
exhaust system in accordance with the prevailing Indian standards and central pollution control
Board norms.
Acoustic Enclosure

 The acoustic treatment system / sound proof system shall be in accordance with the
standards
 IS 1950 (1962) – code of practice for sound insulation of Non–Industrial Buildings.
 Central pollution control Board norms with latest amendments
AMF Panel
The control and Power panel shall comprise of components including meters, protection relays,
switchgears, control components, control and power wiring etc. When the Grid voltage fails or
drops below a certain pre-set value. DG set start automatically and reach the rated voltage.
Control panel close the DG incomer by the released signal. When the main supply restored to
normal value than a suitable signal shall be generated and close the Main supply automatically
and open the DG supply.
HSD Tank
To meet the Tier III requirement, redundant HSD tanks shall be provided with suitable capacity
to run the datacenter for the period of 12 hours. Piping distribution from HSD tanks to Day tanks
shall be automatic and with redundant distribution system to meet Tier III, concurrent
maintainable architecture. PESO approval to be taken by the Bidder.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 47


Documentation

 Test certificate of Engine


 Test certificate of Alternator
 Test certificate of DG set

Specification for UPS & Batteries


Server load UPS

 2 nos. 160kVA UPS shall be proposed in N+N redundancy configuration


 Each UPS with 15 minutes of battery back up

Utility UPS

 Utility UPS is proposed for loads of Safety, security systems and Monitoring systems
 2 x 6 KVA Standalone UPS shall be proposed in N+N redundancy configuration
 Each UPS with 15 minutes of battery back up
 Each UPS should have SNMP and BMS enabled communication facility to integrate with
third party controller/DCIM system, which should communicate parallel

 The proposed UPS should meet the following Technical specifications

# Specification For server load UPS For utility load UPS


1 Rating 2 nos. 160 KVA for dual 2 x 6 KVA
source
2 Type Stand alone Stand alone
3 UPS Architecture N+N redundancy N+N redundancy
Environmental characteristics:
1 Working temperature 10°C to 40°C 10°C to 40°C
2 Storage temperature 10º to 45º C 10º to 45º C
3 Humidity 95% non-condensing 95% non-condensing
4 Interference EN50091-2/IEC 62040-2 EN50091-2/IEC 62040-2
General characteristics:
1 Efficiency
AC/AC total efficiency at ≥ 94% ≥ 92%
25% load
AC/AC total efficiency at ≥ 94% ≥ 92%
50% load

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 48


# Specification For server load UPS For utility load UPS
AC/AC total efficiency at ≥ 94% ≥ 93%
75% load
AC/AC total efficiency at ≥ 94% ≥ 94%
100% load
2 Noise level @ 1meter <80dB <65dB
distance
3 Conversion technology True online double True online double
conversion conversion
4 Dimensions in mm To be specified by bidder To be specified by bidder
(L X B X H )
5 Weight(kgs) To be specified by bidder To be specified by bidder
6 Cable entry & exit Bottom Bottom
7 Degree of protection IP 21 IP 21
8 Battery self-discharge test Required Required
Input electrical characteristics
1 Type of rectifier IGBT IGBT
2 Input Voltage (3 phase) 400V (-20% + 15%) 415V ± 15%
3 Input Frequency 50/60Hz ± 5% (Auto 50Hz ± 5%
Sensing)
4 Input Power factor ≥ 0.99 ≥0.99
5 Surge protection Required required
6 Input current harmonics ≤ 3% at 100% of nominal ≤ 5%
(THDi) load
7 Maximum current drawn To be specified by bidder To be specified by bidder
during battery charging &
inverter with nominal power
(In Amps)
8 Charging time 8 - 10 hrs. 8 - 10 hrs.
Output characteristics:
1 Output Voltage (3 phase ) 400 / 415V 400 /415V
2 Output power 160 kVA / 144kW 10 kVA / 9kW
3 Static output voltage variation ±1% ±1%
4 Voltage variation (dynamic 0- ±1% ±1%
100%; 100-0%)
5 Output waveform Sinusoidal Sinusoidal
6 Dynamic output Voltage To be specified by bidder To be specified by bidder

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 49


# Specification For server load UPS For utility load UPS
variation when load varies
from 0 - 100% & vice versa.
5 Output Voltage variation at 415V 415V
balance load
6 Output Voltage variation at ±1% ±1%
unbalance load
7 Output Voltage adjustment - To be specified by bidder To be specified by bidder
100% unbalance load
8 Voltage adjustment - Manual To be specified by bidder To be specified by bidder
9 Output frequency To be specified by bidder To be specified by bidder
10 Frequency tolerance To be specified by bidder To be specified by bidder
11 phase displacement-in balance To be specified by bidder To be specified by bidder
load
12 Output power factor 0.8 lag – unity - 0.9 lead 0.8 lag – unity - 0.9 lead
13 Overload capacity
For 10 minutes 115% 125%
For 1 minutes 135% 150%
14 Short circuit capability To be specified by bidder To be specified by bidder
15 Crest factor > 3:1 > 3:1
16 Recovery time 20ms to ±1% 20ms to ±1%
17 Galvanic isolation transformer At Output At Output
Static bypass :
1 Static bypass arrangement Should be disabled Should be disabled
2 Rated Voltage (3 Phase with
By bidder To be specified by bidder
neutral)
3 Voltage variation ±10% (Adjustable) To be specified by bidder
4 Nominal Frequency 50Hz To be specified by bidder
5 Maintenance Bypass Should be inbuilt Should be inbuilt
Battery details:
1 12V, VRLA, SMF 12V, VRLA, SMF
Type of batteries and Make QUANTA / PANASONIC / QUANTA / PANASONIC
NUMERIC / EXIDE / NUMERIC / EXIDE
2 15 minutes on each UPS at 15 minutes at 6 KVA of
Back-up 160 KVA of load with 0.9 load with 0.9 load power
load power factor factor
3 AH of the battery To be specified by bidder To be specified by bidder

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 50


# Specification For server load UPS For utility load UPS
4 Life of battery ≥ 4 Years ≥ 4 Years
5 No of Battery banks for each To be specified by bidder To be specified by bidder
frame
6 Battery temperature sensor Required Required
7 No. of Batteries provided To be specified by bidder To be specified by bidder
8 Battery Monitoring in UPS Required Required
9 Battery Mounting Cabinets Cabinets
10 Dimensions of battery To be specified by bidder To be specified by bidder
cabinet(LXBXH)
11 Weight of battery cabinet To be specified by bidder To be specified by bidder
12 Base Frames for UPS &
Required Required
Battery Racks
Communication:
1 DCIM compatibility SNMP SNMP
2 Past Events & Trend Analysis Required Required
Warranty:
1 Warranty for UPS and Battery 1 Year 1 Year
2 CAMC 4 years for UPS only 4 years for UPS only

Technical Specification for LT Panels


The power control panels
The power control panels shall be metal clad, totally enclosed, rigid, floor mounting, air
insulated, cubical type for use on 415 volts, 3 phase, 4 Wire 50 cycles system. The equipment
shall be designed for operation in high ambient temperature and high humidity tropical
atmospheric conditions. Means shall be provided to facilitate ease of inspection, cleaning and
repairs, for use in installations where continuity of operation is of prime importance.
The equipment shall be designed to confirm to the requirements of:

 IS 4237 - General requirements for switchgear and control gears for voltages not
exceeding 1100 volts.
 IS 2147 – Degree of protection provided by enclosures for low voltages switchgear
 ARE 375 – Marking and arrangements of bus bars
 Individual equipment housed in the power control to the following IEC specifications:
 Moulded case circuit breakers - IS 13947
 Miniature circuit Breakers – IS 8828 -1996

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 51


 Fuse switch units – IS 4064
 Current Transformer – IS 2705
 Voltage Transformer - IS 3156
 Relays – IS 3231
 Indicating Instruments - . IS 1248
 Control Switches and push buttons – IS 711
 Auxiliary contractors – IS 6875

Technical Specification - Supply and Installation of Low Voltage Cables


Type
Low voltage cables shall be Aluminum or copper conductor (Copper shall be used for UPS input
and Output distribution other cables shall be of Aluminum), PVC /XLPE insulated and will be
of FR / FRLS type. PVC sheathed and steel wire armored or steel tape armored construction.
The conductors of cable from 16 sq. mm size shall be stranded. Sector shaped stranded
conductors shall be used for cables of 50 sq. mm size and above. The cable shall conform to IS –
1554 part -I in all respects. The XLPE cables shall be ST HR inner sheathed ST2 - FRLS outer
sheathed as per IS – 7098 (Part-1) wire stripped.

Rating
The cable shall be rated for a voltage of 1100 volts.

Core Identification
Cores shall be provided with the following color scheme of PVC insulation.

 1 Core: Red/Black/Yellow/Blue OR proper identification with heat shrinkable sleeve at


the termination ends and at every 1 meter interval in case of black cables.
 2 Cores: Red and Black
 3 Cores: Red, Yellow and Blue
 3 1 / 2 / 4 Core: Red, Yellow, Blue & Black

Cables and other items

 Specifications for XLPE Cables: IS 7098 part-1-1988


 Specification for PVC insulated: IS 1554 -1964 (Heavy duty) electric cables Part - I for
voltage up to 1100 Volts.
 Specifications for PVC insulated: IS 694 – 1988 for voltage up to 1100V Part - II With
aluminum conductors.
 Glossary of terms for electrical cables: IS 1885 - 1971 and conductors.
Tender for setting-up of Data Centre at C-DOT, Bangalore Page 52
 Code of practice for safety of buildings: IS 1646 -1961
 (General) Electrical installation.
 Single phase neutral conductors shall be sized throughout to carry the full design load
current and shall not be less than the full size of the phase conductors. Neutral
conductors shall not be shared between circuits. All 3 phase neutral conductors shall be
rated at 150 % of the phase current. No cable joins are to be used

Cable Trays
Cables shall be laid on cable trays. The cables laid shall be securely fixed to the Cable trays by
means of lockable nylon ties. After laying the cables the cable shall be securely fixed by using
25x3mm GI strips and bolted to the cable tray. The cost of the nylon ties and the overlapping GI
strip shall be included in to the laying cost of the cable as no separate payment will be made for
the overlapping strip and nylon ties. Cables installed on trays or ladder shall be laid in a single
layer, leaving 25% of the tray or ladder width as spare capacity for further use. Single core
cables forming part of a three phase circuit shall be run in trefoil formation. Inside the server
room, perforated type cable tray should be used. Other areas Ladder type needs to be installed.

Cable Terminations
Each termination shall be carried out using brass compressions glands and cable sockets.
Hydraulic crimping tool shall be used for making the end terminations. Cable gland shall be
bonded to the earth by using suitable size G.I wire / tape.

Low Voltage Distribution System


Distribution boards for power and lighting distribution
Distribution boards shall be suitable for 415 volts, 3 phase A.C. supply of 230 volts single phase
A.C. supply as required. Distribution board shall generally conform to IS: 2675.

PVC Conduits & Accessories


Conduits
General conduits shall be of PVC extruded – FR / FRLS with original mix. The wall thickness
of conduits shall be as follows: -

a. 20, 25 & 32mm – 1.5mm or 2mm thick


b. 38, 50mm and above - 2.5mm thick

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 53


The PVC conduits shall conform to the requirements of IS: (latest edition) in all respects. The
conduits shall have uniform wall thickness and uniform cross section throughout. The conduit
shall be free from burrs. Conduits shall bear the name or trade mark of the manufacturer on each
length. Conduits of less than 19mm dia. shall not be used. Conduits accessories such as bends,
inspection bends, inspection tees, elbows, reducers, draw boxes, junction boxes, etc. shall be of
approved makes. The conduit accessories shall conform in all respects to IS: 3837. Boxes shall
have internally tapped spouts. Junction boxes / inspection boxes shall be provided with suitable
covers.

Installation of Conduits
Open / Surface Conduit System
Wherever, specifically called for, surface conduit system shall be adopted conduits shall be run
in square and symmetrical lines. Before the conduits are installed, the exact route shall be at site
and approval of the user shall be obtained. Conduits shall be fixed by heavy gauge GI saddles,
secured to suitable raw plugs, at an interval of not more than 1 meter. Wherever couplers, bends
couplers, bends or similar fittings are used, the saddles shall be provided on either side at a
distance of 30 cm from the centre of such fittings. Conduits shall be joined by means of
screwed couplers and screwed accessories only. In long distance straight runs of conduits,
inspection type couplers or running type couplers with jam nut shall be provided. Threading
shall be long enough to accommodate pipes to the full threaded portion of the couplers, and
accessories. Cut end of conduits shall have neither sharp edges nor any burrs left to avoid
damage to the insulation of the conductors. Bends in conduit runs shall be done by bending
conduits by pipe bending machine or any other suitable device as far as possible. Bends which
cannot be negotiated by pipe bends shall be accompanied by introducing solid bends, inspection
bends or cast iron inspection box. The radius of solid bends shall not be less than 7.5cm. Not
more than three equivalent 90 deg bends shall be used in a conduit running from outlet to outlet.
Bends shall be properly drained and ventilated to prevent sweating or condensation inside the
pipes. The entire conduit opening shall be properly plugged with PVC stoppers/ bushes. The
conduits shall be adequately protected against rust by applying two coats of approved synthetic
enamel paint after the installation is completed.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 54


Wherever conduits terminate into point control box, outlet box, distribution board etc., conduits
shall be rigidly connected to the box / board with check nuts on either side of the entry to ensure
proper electrical and mechanical continuity. The entire conduit system after installation shall be
bounded to the earth

Testing of electrical installations


a. The insulation resistance shall be measured by applying suitable pressure between earth and
whole system of conductors or any section thereof with all fuses in places and all switches
closed and except in earthed concentric wiring all lamps in position or both poles of the
installation otherwise electrically connected together, where a direct current pressure of not
less than twice the working pressure provided that it does not exceed 500 volts for Medium
Voltage circuits. Where the supply is derived from added resistance, the working pressure
shall be deemed to be that which is maintained between the outer or phase conductor and the
neutral the three wire (A.C. or D.C.) or a poly phase system, the neutral pole of switch is
connected to earth direct.
b. The insulation resistance measured as above shall not be less than 50 mega ohms divided by
the number of points on the circuits, provided that the whole installation shall be required to
have an insulation resistance greater than one mega ohm.
c. Control rheostats, heating and power appliances and electric signs, if required, be disconnected
from the circuit during the test but in the event of the insulation resistance between the case or
frame work and all live parts of each rheostat appliances and sign shall not be less than that
specified in relevant British Standard Specifications or where there is no such specification
shall not be less than a half mega ohm.
d. The insulation resistance shall also be measured between all conductors connected to one pole
or phase conductor of the supply and all the conductors connected to the middle wire or the
neutral or to the other pole or phase conductors of the supply and its value shall not be less
than specified in sub clause (b).

Testing of Earth continuity path


The earth continuity conductor including metal conduits and metallic envelopes in all cases
shall be tested for electric continuity and the electrical resistance of the same along with the
earthing lead but excluding any added resistance or leakage circuit - breaker measured
from the connection with the earth electrodes to any point in the earth continuity conductor in
the completed installation shall not exceed one mega ohm.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 55


Specification of Light Fixtures

 All lighting should be of LED type

Specification of Earthing System


General
All non-current carrying metal parts of the electrical installation shall be earthed as per IS: 3043
and with subsequent amendments. All metal conduits, trunking, cable sheathes, switchgear,
distribution boards, meters, light fixtures , fans and all other metal parts forming part of
the work shall be bonded together and connected by two separate and distinct conductors to
earth electrodes.

Special instruction
The soil at the area of location require any special earthing to achieve suitable value, namely
chemical type earthing bidders are requested to consider the same.

Earthing Conductors
All earthing conductors shall be of high conductivity Copper or GI appropriately be used as per
Data Centre standards and shall be protected against mechanical damage and corrosion. The
connection of earth continuity conductors to earth bus and earth electrode shall be strong and
sound and shall be easily accessible. The earth conductors shall be rigidly fixed to the walls,
cable trenches, cable trays or conduits and cables by using suitable clamps.

 Main earth bus shall be taken from the main medium voltage panel to the earth electrodes.
The number of electrodes required shall be arrived at taking in to consideration the
anticipated fault on the medium voltage network.
 All the sub-mains and sub-circuits shall be provided with earth continuity conductors as
specified and connected to the main earth bus. Earthing conductors for equipment shall be
run from the exposed metal surface of the equipment and connected to a suitable point
on the sub -main or main earthing bus. All switch boards, distribution boards and
isolators, disconnect switches shall be connected to the earth bus. Earthing conductors
shall be terminated at the equipment using suitable lugs, bolts, washers and nuts. All
conduits, cable armor, raceways, rising mains, metal boxes, panel boards etc., shall be
connected to the earth all along their run by earthing conductors of suitable cross sectional
area. Sprinkler pipes, water pipes, steel structural elements, lighting conductors shall not
be used as a means of earthing an installation.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 56


The electrical resistance of earthing conductors shall be low enough to permit the passage of
fault current necessary to operate a fuse / protective device / a circuit breaker and shall not
exceed 1 Ohm.

Earthing Electrodes
Plate Electrode
Plate electrodes shall be made of copper plate of 3.15 mm thick and 60 x 60 cm size. The plate
shall be buried vertically in ground at a depth of not less than 2 meters to the top of the plate, the
plate being encased in salt and charcoal to a thickness of 15 cm all round. It is preferable to
burry the electrode to a depth where subsoil water is present. Earth leads to the electrode shall
be laid in a GI pipe and connected to the plate electrode with brass, bolts, nuts and
washers. A GI pipe of not less than 25mm dia. shall be placed vertically over the plate and
terminated in a funnel at 5 cms above the ground. The funnel shall be provided with a wire
mesh. The funnel shall be enclosed in a masonry chamber of 45 cm x 45 cm x 30 mm
dimensions. The chamber shall be provided with heavy duty C.I. cover and C.I. Frame /
MS Cover / frame if vehicle movement area. The earth station shall also be provided with a
suitable permanent identification using painting / or engraving. Bidders are requested to use
standard and similar specification and design already used in the site.

Pipe Electrode
Pipe electrode shall comprise of a 2.5 mtr long 38mm dia class „B‟ GI pipe buried
vertically in a pit of 35cm x 35 cm size and filled with alternate layers of charcoal, salt and
connected at the top to a Class „B‟ GI pipe of 25mm, 1 meter long with a funnel at the other end,
5 cms above the ground. The earth lead shall be properly bolted to the pipe electrode with
brass bolts, nuts and washers. The funnel and earth lead connections shall be enclosed in a
masonry chamber of 45m cms x 45 cms. The chamber shall be provided with heavy duty
C.I. cover and C.I. frame / MS Cover / frame if vehicle movement area. Proper permanent
identification tag / label shall be provided for each electrode using painting.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 57


Testing
On the completion of the entire installation, test on earth resistance of electrode shall be
conducted. All meters, instruments and labor required for the tests shall be provided by the
contractor. The test results shall be submitted to the Client for approval. Tests shall be
conducted in the presence of Engineer -in-charge.

8.2.3 Comfort Air-conditioning

High wall split AC units / VRV units shall be proposed for Comfort cooling of supporting rooms
to meet Tier III requirement

 NOC room in N+1 redundancy with Auto sequence operation


 Battery room in N+1 redundancy with Auto sequence operation
 Electrical & UPS room in N+1 redundancy with Auto sequence operation
 The proposed AC unit shall be 5 Star rated or inverter type
 Each AC unit shall be proposed with Stabilizer and with complete low side items

8.2.4 Cooling Solution

Scope:
The scope of this section comprises the Design, Supply, Installation, Testing, Commissioning,
Balancing, and Performance Testing & Handing over.
Bidder has to propose Aisle containment solution with DX type cooling units adjacent to racks in
N+1 redundancy configuration to meet the load requirement.

 To maintain the temperature 20 deg. +/- 1 deg. for effective functioning of servers
 To maintain humidity 45% RH +/- 5% to prevent condensation and static build up
 To provide filtration 95% down to 5 micron for high level of dust removal
 To have high sensible heat ratios of about 95% to 98% so has to match it with the
heat load pattern of datacenter.
 To have high CFM to be delivered to the rack so has to quickly remove the high
heat generated by the servers.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 58


8.2.5….Racks & Aisle containment solution
Design Inputs
Number of racks : 18 (14 - Server and 4 - Network)
Power density of each rack : 7 KW (max.) per rack

 Dimension of Server racks : 42U, 600 mm(W) x 1200 mm(D) x 2000 mm (H)
 Dimension of Network racks : 42U, 800 mm(W) x 1200 mm(D) x 2000 mm (H)
 Each rack should have biometric access control based door system
 Each rack should have internal inbuilt light illumination system
 Each rack should have internal CCTV camera both sides
 Each rack should be supplied with complete required accessories.

Rack PDUs
Considering 7 KW of load, it is required to propose each rack with 2 numbers of 32A, 3 Phase
Intelligent Rack PDUs (IP based) with the below specifications,

 Energy measurement per phase, i.e. output requirement of an entire IT Rack shall be made
available as part of the Rack PDU

 Display of Energy consumption

Note :
Existing Network rack available with C-DoT (4 nos) can be utilized. However, all the
features mentioned above including Rack PDU to be provided for the same.

Aisle containment:
All the components used in the Aisle containment shall be 120 minutes fire rated.

CCTV, Fire detection and Fire suppression system should be extended inside the Containment.

Entry Doors of Containment:

 Entry and Exit Doors of the Aisle should be of double leaf and have swing type
Mechanism.

 Each door should have CRCA frame with fire rated glass of 4 mm thick.

 Frame of the door should have 4 vertical MS Columns of rectangular section with
thickness of 1.5mm.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 59


 Four columns should be grouted to real floor or can be fixed to the base frame of rack.

 Doors must have a Steel Picture Frame fabricated in 1.2mm thick CRCA sheet as per “IS
513 Grade D” standards.

 Glass doors should be mounted on the frame with sliding

 PU Foam Gasket shall be used across the metal edges of the door to prevent any leakage
on cold air.

 Doors should have automatic door closers.

 Polyamide Cable Brushes should be fitted at the bottom of doors to avoid leakage of cold
air when doors are closed.

 Powder coating for door frames and support frames shall comply with ROHS
requirement to avoid hazardous substance contamination in the Data Center. Pre-
treatment nano ceramic process shall be followed.

 Powder coating thickness shall be 80-100 microns.

Top Panels:

 Top of the aisle shall be covered with either fire rated Glass or Polycarbonate panels.

 Top panels shall be fixed in CRCA frame per “IS 513 Grade D” with thickness of 1.2
mm.

 Glass/polycarbonate in the top panels shall be of 4 mm thick.

 Top panel must be tool less installation to offer quick access to area above the contained
aisle during the maintenance activity.

 Top Panel must have opening for Smoke Sensor/ Suppression System wherever
necessary.

8.2.6 Fire, Safety, Security and Surveillance Systems


Scope
The scope of work includes Supply, install, test, commissioning and maintaining the equipment
and systems till the end of defect liability period

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 60


IP CCTV Surveillance System

 The IP based Closed Camera surveillance system shall use state of the art technology and
shall comply with the UL standards.
 The IP based systems shall either use integrated or encoders for their camera systems and
shall be from the same manufacturer as that of the IP Digital Video management system
provider.
 All the cameras proposed shall be power over Ethernet with option for 12 V input.
 The system shall support open architecture and shall not have any proprietary equipment to
ensure future compatibility with third party systems
 The scope shall include supply, installation, testing, commissioning and maintenance of
the IP based CCTV system proposed.
 Scope shall include supply , installation , testing and commissioning of cameras, managed
network switches / network video recorders/severs, Digital Video Management Software
(DVMS) software workstations, monitors, racks, consoles cables, UPS, etc. The
specifications for these components shall be as mentioned below.
 The location of the Cameras shall be such that no blank spot observed for entire server
room. Entry / exit for NOC room, BMS room, Electrical, UPS & Battery room.
 Outdoor DG yard shall be under CCTV Surveillance.
Indoor High Definition Camera (Internal Server & other Critical Areas)

 1/3" Progressive High Definition CMOS Sensor


 Wide dynamic range
 Minimum Illumination: Color 0.1 lux and B/W 0.03 lux
 6mm fixed, Auto Iris lens
 Adjustable Horizontal coverage between 40° to 110°
 Automatic Gain Control, White balance: On/Off
 3D Noise reduction: ON/Off
 Tamper Detection: On/Off
 Compression: Dual stream, H.264
 Resolution: Full HD 1080p and configurable @ 25FPS on stream 1 and stream 2
respectively at the same time
 Bandwidth: 64Kbps to 8Mbps
 Built-in Multi-zone motion detection
 Unicast, Multicast, RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS, POE
 10/100 Base-T Auto sensing, Half/Full Duplex (RJ45)
 S/N Ratio: >50db
 Power: 802.3af class 3 PoE and 12VDC/24VAC auto sensing
 Vandal resistant clear bubble surface mount enclosure
 Operating Temp: 0° C to 50° C
 Humidity: 90% (Non-condensing)
 UL, CE and FCC certified
 ONVIF S Compliance

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 61


Network Video Recorder / Server supporting 64 video streams

 The Network video recorder / server shall support a minimum of 16 cameras and shall be
possible to expand upto 64 video inputs per network video recorder / server.
 The total NVR shall have an internal hard disc capacity of upto 30 days of video storage
(whichever is maximum) at 4CIF resolution, 25 frames per second for the installed
cameras with provision for 25% additional cameras in RAID configuration. When the
number of cameras increases further, the storage should be upgradeable in modular
fashion.
 The NVR shall support central archive storage of a SAN or NAS storage solution in case
of extended storage. Offered software shall provide automatic scheduled backup facility so
as selected cameras, selected time video shall be backed up on central storage at specified
time.
 The NVR / server shall be able to record individual camera with selectable frame rate
 The NVR / server shall support remote administration, monitoring and management of
video, audio and data.
 The NVR shall support health and event monitoring of the system.
 The NVR shall support logical camera grouping.
 The NVR / Server shall have the bare minimum specs as mentioned below – vendors to
select the server as per their system requirement but shall have these bare minimum specs
standard.
 The NVR / server should at least support H.264, MPEG 4 & MJPEG formats
 The network video recorder shall be able to record videos in CIF( 352 x 288), VGA (640 x
480 ) 4CIF/D1 CIF resolutions ( 720 x 576 ), HD 720 (1280 X 720) & HD 1080 (1920 X
1080).
 Necessary operating system and the system software licenses required shall be included.

Digital Video Management System (DVMS) software features

 The software shall manage and support video from IP cameras and encoders through the
Ethernet.
 Remote administration, monitoring and management of video and audio, the software shall
be in a position.
 The DVMS software shall be able to display a minimum of 16 videos on the screen. It
shall be possible to get the following information.
 Host name
 IP address
 Serial number
 Software version
 Trap destination
 Model number
 System name
 Number of hard drives on system
 Hard drive serial numbers

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 62


 Hard drive temperatures
 Misc. hard drive status'
 Number of system cameras
 Camera names
 Camera input numbers
 Camera status (recording, no signal, scene loss)
 Number of days of video storage on disk
 Licensed product name
 Product ID
 Camera list change
 Service changes
 System restart
 Hard drive event
 System shutdown
 Alarm events
 Video deleted sooner than expected
 Windows events
 The DVMS software shall allow users to monitor and manage any IP devices through a
single digital video surveillance application.
 The DMS shall support open architecture platform expands the capabilities of legacy
devices and maximizes investments in current and future security technology.
 The DVMS shall support third-party applications, video analytics and data transaction
information.
 The cameras shall be provided for all the entry doors, corridors & server rooms.
 The UPS, panel, electrical & DG room will also be monitored.

8.2.7…Access Control System


Access control system shall be proposed for all the rooms as per the below requirement,

 Server room – Entry with Biometric finger scan reader & Exit with Smart card reader
 NOC room – Entry with Biometric finger scan reader & Exit with Smart card reader
 Electrical, UPS room & Battery room - Entry with Biometric finger scan reader & Exit
with Switch
 Required Access control software shall be provided by bidder
 Existing PC / Monitor shall be used for installation of software and for monitoring
The following are the specifications for the components:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 63


Biometric Finger Scan Reader

FEATURES MINIMUM REQUIRED PARAMETERS


Transmission Frequency 13.56 MHz
Technology iClass
64 bit authentication keys. The data flow between card & Reader
Security
should be encrypted
Graphical Display LCD display
Should be configured as a Reader – Enroller, Enroller Only &
Function
Reader Only (All three are mandatory)
Enrollment of fingerprint
templates iClass Smart Yes
Cards
Read Range Minimum 3.5”
Operating Voltage 10 – 12V DC
Operation Indoor use
Housing Polycarbonate
Fingerprint Sensor Optical
Sensor Resolution 500 dpi
Fingerprint Capture: Less than 2 Sec
Timing
Verification of captured finger: Less than 1 Sec
False Acceptance Rate Less than 0.01%
False Rejection Rate Less than 0.01%
Fingerprint Enrollment
Yes
Software
Technology Compliance iClass 15693 & 14443B
Certifications UL
Operating Temperature 0 deg C to 50deg C
Operating Humidity 10% to 90% relative humidity (Non-Condensing)

Smart Card Reader

FEATURES MINIMUM REQUIRED PARAMETERS


Transmission Frequency 13.56 MHz
Technology iClass
64 bit authentication keys. The data flow between card &
Security
Reader should be encrypted
Audio Visual Indication Yes
Card Compatibility iClass 15693 & 14443B
Operating Voltage 10 – 12V DC
Operation Indoor use
Cable Distance 150 meters (Wiegand)
Read Range Minimum 3”
Certifications UL
Operating Temperature 0 deg C to 45 deg C
Operating Humidity 10% to 90% relative humidity (Non-Condensing)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 64


Controller

FEATURES MINIMUM REQUIRED PARAMETERS


Reader Inputs Two
Universal Inputs Two
Tamper Input One
Digital Lock Inputs Two
Processor 50 MHz with 128 MB RAM and 32 MB Flash
Processor For Reader Inputs Yes (Dedicated Processor for each Reader)
Communication 10/100 Ethernet Port
Memory Minimum 96000 personnel Records
Area Lockdown Support Yes
Real Time Clock Yes
Encryption 64 bit
Visual Indicator Yes
Mounting Wall / Ceiling Mount
Battery Backup 5 hours
Technology Compatibility Wiegand
Card Reader Power 5V DC & 12V DC (Jumper Selectable)
Wiring Distance 150 meters (Wiegand)
Indicator LED Yes
Push Button Switches Yes (For clearing the memory & Resetting the IP Address)
Offline Mode Operation Yes (In the event of Network failure)
Enclosure Yes
Certifications UL
Operating Temperature 0 deg C to 45 deg C
Operating Humidity 10% to 80% relative humidity (Non-Condensing)

Access Control Software


The Access Control Software should have the following Specifications:
1. Compatibility with any Windows Operating System
2. Compatibility with MYSQL / SQL / ORACLE
3. Support for TCP/IP Communication
4. Provision for Alarm Monitoring for Battery, Mains Supply, Door Opened too Long, Door
Forced Opened, Unauthorized Swipe & Controller Tampering
5. Support for unlimited number of Card Database & Transactions
6. Specify Card Activation & Expiry Date
7. Support for Biometric, Pin & Smart Card Applications
8. Management of Dual Access Levels to a single Card
9. Remote Locking & Unlocking of Doors
10. Remote management of Controllers
11. Customization of Door User time for every card holder
12. One Client License
13. Two Stages of Alarm Management (Acknowledgement on Receipt & Closure on

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 65


Investigation)
14. Management of Minimum 100 Readers
15. Access Privileges on the basis of Time & Date
16. Creation of holiday schedules to cover maintenance & Vacations / Holidays
17. Setting of Time / Date from Client workstation
18. Permission to activate any control output for a specific event such as alarm
19. Programmable Shunt time to control the door opening time
20. Area Control by using Hard Anti Pass back, Soft Anti Pass back, Timed Anti Pass back,
Occupancy Limit, Multi man principle, Area Lock down, Threat level conditioning=
21. Alarm Management
22. Automatic User Log off
23. Cardholder Management & Enrollment
24. Creation & Maintenance of User Database
25. Assignment of Access Privileges

Time Attendance Software


The Time – Attendance Software should have the following Specifications
1. Compatibility with Windows Operating System
2. Function in a multi user working environment
3. Provide intranet viewing facility for time-attendance
4. Support web-based reporting
5. Support IE-6 or Netscape Navigator
6. Configure readers for IN swipe & OUT swipe
7. Capable of managing sites, branches, departments, Grades, Employee types & Batch
numbers
8. Record the working hours on the basis of calculating the difference between first & last
swipe
9. Capable of calculating overtime working hours
10. Generation of various types of Reports: User Activity Log, Alarm History Log, Muster
Reports, Door Status Report, Alarm Point Status Report, Controller Status Report,
Workstation Status Report, Event History Log, Invalid Attempt Log, Valid Access Log, All
Personnel Report, Disabled Personnel Report, Personnel by Department Report, Personnel
by Area Privileges Report, Lost Card Report, Input/ Output Status Report, Schedules
Report, Company Listing Report, Termination Report, Badge Pending Expiration Report,
Cards Not Used in x days (Deadbeat Report), All Doors Report, All Events Sorted by Door,
All Events Sorted by Person
11. Operate for financial year as well as calendar year, as per the requirement of the user
12. Facilitate leave types like Casual, Sick, Earned, maternity, Compensatory, Special leave &
without pay leave
13. Provide facility for online leave authorization
14. Configure shifts for each employee with overnight shift Management
15. Manual Override
16. Privileges to the top management like attendance marked for single swipe etc

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 66


8.2.8 Fire alarm system and Suppression system
Main fire alarm control panel (FACP)
A. The main FACP Central Console shall contain a microprocessor based Central
Processing Unit (CPU). The CPU shall communicate with and control the following
types of equipment used to make up the system: intelligent addressable smoke and
thermal (heat) detectors, addressable modules, control circuits, and notification appliance
circuits, local and remote operator terminals, printers, annunciators, and other system
controlled devices.
B. Information is critical to fire evacuation personnel, and it contains large 640-character
Liquid Crystal Display (LCD) presents vital information to operators concerning a fire
situation, fire progression, and evacuation details. A host of other options are available,
including single- or Multichannel voice; firefighter‟s telephone; LED, LCD, or PC based
Graphic annunciators; fire or integration networking; advanced detection products for
challenging environments, and many additional options.

Panel Components & Functions


The control panel(s) shall be a multi-processor based networked system designed specifically for
fire, smoke control, extinguishing agent releasing system if necessitated, with integration
modules for any third party monitoring controller using standard protocol/NO, NC/DI. The
control panel shall be UL/FM listed The control panel shall include all required hardware,
software and site specific system programming to provide a complete and operational system.
The control panel(s) shall be designed such that interactions between any applications can be
configured, and modified. The control panel(s) operational priority shall assure that life safety
takes precedence among the activities coordinated by the control panel.
The control panel shall include the following capacities:

 Support up to minimum 99 devices


 Support up to minimum 198 analog/addressable points.
 Support multiple communication ports and protocols
 Support up to a minimum of 540 chronological events.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 67


The network of control panels shall include the following features:

 Ability to download all network applications and firmware from the configuration
computer from the configuration computer from a single location on the system.
 Provide electronic addressing of analog/addressable devices.
 Provide an operator interface control/display that shall annunciate command and control
system functions.
 Provide an internal audible signal with different programmable patters to distinguish
between alarm, supervisory, trouble and monitor conditions.
 Provide a discreet system control switch provided for reset, alarm silence, panel silence,
drill switch, previous message switch, next message switch and details switch.
 Provide system reports that provide detailed description of the status of system parameters
for corrective action or for preventative maintenance programs.
 Reports shall be displayed by the operator interface or capable of being printed on a
printer. Provide an authorized operator with the ability to operate or modify system
functions like system time, date, passwords, holiday dates; restart the system and clear
control panel event history file.
 Provide an authorized operator to perform test functions within the installed system.
 The control panel shall contain a standby power supply that automatically supplies
electrical energy to the system upon primary power supply failure. The system shall
include a charging circuit to automatically maintain the electrical charge of the battery.

Operator's Interface
The system shall be designed and equipped to receive, monitor, and annunciate signals from
devices and circuits installed throughout the building. Standard LED annunciator may be
combined in common enclosures provided that the groups of LEDs comprising each of the
required annunciator are separated from one another (Detection, Supervisory, Status, and
Security) and clearly labeled. A minimum 640-character LCD display shall be part of the main
control panel for easy alarm reading and understanding. Receipt of alarm, trouble, and
supervisory signals shall activate integral audible devices at the control panel(s) and at each
remote annunciation device. The integral audible devices shall produce a sound output upon
activation of not less than 85 dBA at 10 feet. The annunciator shall contain the following
system status indicators:

 LCD character Backlit Liquid Crystal Display


 System Normal Indicator
 System Common Alarm Indicator
 System Common Trouble Indicator
 System Common Supervisory Indicator
 System Ground Fault Indicator
 System Common Security Indicator

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 68


 System Disabled Point(s) Indicator
 System Reset Switch with Indicator
 System Alarm Silence Switch with Indicator
 System Trouble Silence Switch with Indicator
 System Message Queue Scroll Switches
 Digit Keypad to Enable/Disable System and Functions

Power Supply

 System power supply(s) shall provide multiple powers limited 24 V DC output circuits as
required by the panel. Upon failure of normal (AC) power, the affected portion(s) of the
system shall automatically switch over to secondary power without losing any system
functions. Each system power supply shall be individually supervised. Power supply
trouble signals shall identify the specific supply and the nature of the trouble condition.
 All standby batteries shall be continuously monitored by the power supply. Low battery
and disconnection of battery power supply conditions shall immediately annunciated as
battery trouble and identify the specific power supply affected. All system power supplies
shall be capable of recharging their associated batteries, from a fully discharged condition
to a capacity sufficient to allow the system to perform consistent with the requirements of
this section, in 48 hours maximum.
 All AC power connections shall be to the building's designated emergency electrical power
circuit and shall meet the requirements of NFPA 72 - The AC power circuit shall be
installed in raceway. The power circuit disconnect means shall be clearly labeled FIRE
ALARM CIRCUIT CONTROL and shall have a red marking. The location of the circuit
disconnect shall be labeled permanently inside the each control panel the disconnect
serves.

Power supply for all input & output devices to be driven from main Fire Alarm Panel.
Reports

 The system shall provide the operator with system reports that give detailed description of
the status of system parameters for corrective action, or for preventative maintenance
programs. The system shall provide these reports via the main LCD, and shall be capable
of being printed on any system printer.
 The system shall provide a report that gives a sensitivity listing of all detectors that have
less than 75% environmental compensation remaining. The system shall provide a report
that provides a sensitivity (% Obscuration per foot) listing of any particular detector.
 The system shall provide a report that gives a listing of the sensitivity of all of the detectors
on any given panel in the system, or any given analog/addressable device loop within any
given panel.
 The system shall provide a report that gives a chronological listing of up to the last 540
system events.
 The system shall provide a listing of all of the firmware revision listings for all of the
installed network components in the system.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 69


Field Mounted System Components
Multi-sensor Photo Thermal Detector
The Multi-sensor or Multi-tech smoke detector which will have both photoelectric as well as
thermal detection elements shall have inbuilt microprocessor, and shall be capable of taking an
independent alarm decision. The scattering of smoke particles shall activate the photo sensor.
Each intelligent addressable smoke detector's sensitivity shall be capable of being programmed
electronically from Control Panel without any extra tools as: most sensitive, more sensitive,
normal, and less sensitive or least sensitive.

Detector Bases
The bases shall be easy to install and mount and shall be of standard type or isolator base type or
sounder base type. The sounder base shall be used where local or group alarm signaling is
required. The sounder base emits an audible alarm when there is fire. The base shall, contain no
electronics and support all series detector types.

Manual Stations
The fire alarm station shall be of polycarbonate construction and incorporate an internal toggle
switch. A locked test feature shall be provided. The station shall be finished in red with silver
"PULL IN CASE OF FIRE" lettering.

Intelligent Modules
The personality of multifunction modules shall be programmable at site to suit conditions and
may be changed at any time using a personality code downloaded from the Analog Loop
Controller. The modules shall have a minimum of 2 diagnostic LEDs mounted behind a finished
cover plate. A green LED shall flash to confirm communication with the loop controller. A red
LED shall flash to display alarm status. The module shall be capable of storing up to 24
diagnostic codes, which can be retrieved for troubleshooting assistance. Input and output circuit
wiring shall be supervised for open and ground faults.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 70


Control Relay Module:
The Control Relay Module shall provide one form "C" dry relay contact rated at 2 amps @ 24
Vdc to control external appliances or equipment shutdown. The control relay shall be rated for
pilot duty and releasing systems. The position of the relay contact shall be confirmed by the
system firmware.

Isolator Module
Provide intelligent fault isolators modules. The Isolator Module shall be capable of isolating and
removing a fault from a class A data circuit while allowing the remaining data loop to continue
operating.

Monitor Module

 The Monitor Module shall be factory set to support one (1) supervised Class B Normally-
Open Active Non-Latching Monitor circuit
 The input module shall support the following circuit types:
 Normally-Open Alarm Latching (Manual Stations, Heat Detectors, etc.)
 Normally-Open Alarm Delayed Latching (Waterflow Switches)
 Normally-Open Active Non-Latching (Monitor, Fans, Dampers, Doors, etc.)
 Normally-Open Active Latching (Supervisory, Tamper Switches)
 Integration facility with any third party monitoring controller using standard protocol/NO,
NC/DI.

Sequence of Operations
General - Audio
Upon alarm activation of any area smoke detector, heat detector, manual pull station, sprinkler
water flow, the following functions shall automatically occur:
The internal audible device shall sound at the control panel or command center.
Display the alarm event on the graphical workstation. The LCD Display shall indicate all
applicable information associated with the alarm condition including: zone, device type, device
location and time/date. All system activity/events shall be documented on the system printer
.Any remote or local annunciator LCD/LED's associated with the alarm zone shall be
illuminated.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 71


The following audio messages and actions shall occur simultaneously:
An evacuation message shall be sounded on fire floors (zones) immediately on the floor in fire
condition. It is the intent of this message to advise occupants hearing this message that they are
near danger and should leave the building via the stairs (nearest exit) immediately.
Activate visual strobes on the fire floors (zones) immediately. The visual strobe shall continue to
flash until the system has been reset. The visual strobe shall not stop operating when the "Alarm
Silence" is pressed. An alert message shall be sounded on the remainder of building. It is the
intent of this message to advise occupants to prepare for evacuation if necessary. An
instructional message shall be sounded in the stairwells instructing occupants to move carefully
and quickly down the stairs to exit the building and to exit to a safe floor if you encounter smoke
in the stairwell.

 Transmit signal to the building automation system.


 Transmit signal to the central station with point identification.
 Activate automatic smoke control sequences.
 All automatic events programmed to the alarm point shall be executed and the associated
outputs activated.
 All stairwell/exit doors shall unlock throughout the building.
 All self-closing fire/smoke doors held open shall be released.

Fire detection & Suppression system - Rooms


Fire detection & Alarm system shall be proposed for Server room, NOC room, Electrical, UPS
room & Battery room as per the minimum requirements as given below:

 All voids of all the rooms shall be provided with Fire detection systems
 Addressable fire alarm panel shall be provided
 This should be integrated with DCIM / BMS System
 NOVEC 1230 Gas based fire suppression system shall be used for Server room and Hand
held fire suppression system shall be used for NOC room, Electrical & UPS room &
Battery room.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 72


Gas based fire suppression system – Specifications:
General :
The bidder shall supply, install, test and put in operation NOVEC 1230 based fire suppression system
for the Server room.
The fire suppression system shall include and not be limited to gas release control panel, PESO
approved seamless cylinders, discharge valve (with solenoid or pneumatic actuator) as the case may
be, discharge pipe, check valve and all other accessories required to make a complete operation system
meeting applicable requirements of NFPA 2001 standards and installed in compliance with all
applicable requirements of the local codes and standards.

The system design should be based on the specifications contained herein, NFPA 2001 and in
accordance with the requirements specified in the design manual of the clean agent. The bidder shall
confirm compliance to the above along with their bid.

The system shall be properly filled and supplied by an approved OEM (Original Equipment
Manufacturer)
The key components of the system, namely, valves and its accessories, actuators, flexible discharge
and connection hoses, check valves, pressure switch, and nozzles shall be FM/UL listed. The NOVEC
1230 gas shall:

1. Comply with NFPA 2001 standard


2. Have the approval from US EPA (Environmental Protection Agency) for use as a total flooding
fire extinguishing for the protection of occupied space:
3. Be given Underwriters' Laboratories Inc. (UL, USA) component listing for the NOVEC 1230
gaseous agent.
4. Must have zero ozone depletion potential (ODP)
5. Have a minimal life span in atmosphere, with atmospheric life time of less than 5 days
6. be efficient, effective and does not require excessive space and high pressure for storage
7. commercially available
The gas release panel shall be capable for integration to Fire Alarm System.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 73


Design Condition:
The Novec 1230 agent is stored in seamless steel cylinders and dry nitrogen is added to provide
additional energy to give the required rapid discharge. At the normal operating pressure of 25 bar at
21°C, the agent is a liquid in the container.
 The designer shall consider simultaneous total flooding of all voids within the protected
volume. The system shall be designed in accordance with the OEM‟s Design Manual.
 In order to extinguish a fire using clean agent, the concentration of agent delivered to each void
shall be above the minimum design concentration. The following shall be considered while
designing the system.
 The minimum design concentration shall be 4.2%. Class A Design concentration.
 If the protected volume has a floor and / or ceiling void the spaces shall be included in the
protected volume, employing a minimum design concentration not below that of the main
room compartment.
 The discharge nozzles shall be located within the protected volume in compliance to
limitations and with regard to spacing, floor and ceiling coverage, etc. The nozzles shall be
positioned such that they would cover the entire area up to the extreme corners of the area
under protection and the design concentration will be established in all parts of the protected
volumes.
 The final numbers of discharge nozzles shall be according to the OEM‟s product manual.
 The average pressure at each nozzle shall not be less than 6.034 Bar.
 The gas flow calculations shall be carried out on special software given by the OEM. The
software should support usage of seamless cylinders which have a different design compared
to the standard containers used worldwide. The system acceptance report shall show the
resulting concentration in each independent void to be above 4.2% and the average pressure at
each nozzle to be not less than 6.034 Bar.
 The agent discharge time shall not exceed 10 seconds and not less than 5 seconds.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 74


The design concentration shall follow at minimum NFPA 2001 for under floor, room and ceiling
space. Unless otherwise approved, room temperature for air-conditioned space shall be taken around
20°C. For non-air conditioned space, the temperature shall be taken around ambient temperature. The
system shall be designed with minimum design concentration of 4.2 % as applicable to Class A & C
fire.
The bidder should carry out the piping Isometric design and validate the same with a hydraulic flow
calculation generated by using the agent's design software. Appropriate fill density to be arrived at
based on the same.
The system shall be so designed that a fire condition in any one protected area shall actuate
automatically the total flooding of clean agent in that area independently. The entire system shall
incorporate inter-alia detection, audible and visual alarms, actuation and extinguishing.

System Components:
Cylinders
Each cylinder shall be seamless steel type manufactured from billets and tested in accordance with IS
7285 / BS 5045 standard and approved by PESO.
The cylinder/valve assembly shall have suitable metallic protection for the valve enabling
transportation of the filled cylinders safely.
The cylinders shall be super-pressurized with dry Nitrogen to 25 bar. The cylinder shall be capable of
withstanding any temperature between -30° C and 70° C.
All cylinders shall be distinctly and permanently marked with the quantity of agent contained, the
empty cylinder weight, the pressurization pressure and the zones they are protecting.
Cylinder Valve
The Valve assembly shall be mounted directly on the cylinder and should NOT have any adaptor
provision between the cylinder and Valve as per requirements of PESO. Cylinders with adaptor
between valve assembly shall be rejected as it is a violation of the PESO norms.

Each cylinder valve shall have a provision for fixing a supervisory pressure switch and a safety burst
disc to protect the cylinder from over pressure. The cylinder valve shall have a disabling plug to
prevent accidental discharge of the valve during transportation and installation. Each valve shall to be
fitted with a pressure gauge for monitoring loss of pressure.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 75


The master cylinder valve is to be released electrically which is performed by means of a solenoid
valve arrangement. Pilot cylinder actuation and pyrotechnic devices shall not be used.

Cylinder Valve Actuators


In a single cylinder system, the cylinder shall have a solenoid operated actuator and a manual actuator
incorporating a strike knob mounted on top of the solenoid operated actuator. Multi cylinder systems
shall have the same fitted on to the master cylinder and pressure operated actuators fitted on each slave
cylinder. All actuators shall be original OEM make and locally manufactured actuators shall not be
used.

Hoses
Each cylinder valve shall be provided with a plug in type flexible rubber discharge hose of minimum
40mm size with a test pressure of 52 Bar. Each hose shall be permanently marked with the test
pressure and OEM‟s part number. Multi cylinder systems shall have an interconnect hose for each
cylinder. All hoses shall be original OEM make and locally manufactured hoses shall not be used.

Manifold with Check valve


The manifold shall be fabricated from ASTM A106 Schedule 80 seamless pipe and shall have integral
check valves provided for each cylinder. The Manifold shall preferably be supplied by the original
equipment manufacturer instead of fabricating the same at site.

Refilling and Maintenance


In case of any leakage or accidental discharge of the agent, it should be possible to re-fill the cylinders
from a valid PESO approved OEM filling station in India itself. The contractor should indicate the
source of re-filling and the time that will be taken for re-filling and replacement.

Piping and Fittings


All piping shall be ASTM A-106, Grade-B, Schedule 40 seamless pipes and all fitting shall be of
ASTM A-105.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 76


Documentation:
The bidder should prepare & submit along with the bid documents, the piping isometric drawing and
support the same with a UL listed hydraulic flow calculation generated using the agent's design
software. The calculations shall validate the fill density assumed by the bidder.

The bidder shall submit copies of datasheets of hardware used in the system. The bidder shall also
submit copy of PESO approval letter for the cylinder proposed to be used. 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, duly checked and
vetted by the OEM

8.2.9 Rodent Repellant System


General objective
The objective is to protect the entire premises viz., all the voids against rodents. The purpose is
to keep the rodents away from the floor by generating very high frequency sound waves (above
20 KHz) which are not audible to human ear but irritates rodents. The objective is to protect all
the cables below floor, above ceiling & room void from damage caused by rodents

Scope
The system proposed is to protect all the equipment, areas with relevant type of high frequency
sound producing device called satellites or transducers. Once powered up these transducers
produce very high frequency variable sound waves (above 20 KHz) continuously which irritate
the rodents and are forced to evacuate the place. The system shall cover minimum of 2500 sq.ft.
area per controller & shall be able to connect minimum 20 transducers per controller. The
transducers shall cover minimum 250 sq.ft. of area. The devices can be tested periodically by
means of a test switch provided on the Main console.

Applicable Standard
The OEM shall have an IDEMI and CFTRI certification for its products.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 77


System Components
Satellites
The satellites or Transducers shall be circular ceiling mounted low profile units that produce
high decibel sound waves at very high frequency not less than 20 KHz. These satellites shall
cover an area not less than 400 Sq.ft for Room void application, for ceiling Voids & floor void
applications. No looping is permitted while connecting the satellites to the main controller.
Every satellite connected to the controller shall have a dedicated connection with the controller.
Controller
The controller shall support 12 Transducers and shall come with a pair of stands and brackets.
The controller is installed in the control / BMS room and the transducers in the problematic
areas i.e. above and below false ceiling and below false flooring. Controller Features:

 2500 Sq. Feet of Area Coverage per system/ Controller


 Shall drive up to 12 Transducers. With minimum @ 250sft coverage each.
 LCD display with on-board controls for changing parameters
 Integration facility with any third party monitoring controller using standard protocol/NO,
NC/DI

8.2.10 Water Leak Detection System


General

 The Tenderer shall be responsible to supply, deliver, install, test, commission and maintain
of a proven technology and industry standard solution for a water detection system in the
Data Center.
 The complete system shall include electronic alarm panel, sensing cable, 4x20
alphanumeric display, and auxiliary equipment, as indicated on the design drawings.
The system shall simultaneously detect the presence of water at any point along the cable's
length and switch the module's leak alarm relays.

 The sensing cable shall be of such construction by using Non-conductive polymers in the
leak detection cable's construction. The Sensing Cable shall be an abrasion resistant
polymer cores to increases the strength of the cable. Pressure on the sensing cable shall not
create a false alarm.
 The Digital Sensor Cable shall be provided with pre-connectorised sensing cable
components.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 78


Alarm Panel

 The alarm panel shall be capable of monitoring up to (30 meters) of sensing cable.
 The alarm Panel shall have LEDs indicating "power" (green), "alarm" (red), and
“continuity" (yellow). The system shall sound an audible alarm upon sensing a leak. The
unit can then continue to monitor and will re-alarm if there are any major changes. Once
the alarm condition has been cleared, the panel is reset with a single keystroke. The Panel
shall have 4x20 alpha numeric display with adjustable contrast.
 Basic Features of the alarm panel
 In addition to detecting leaks, the system shall warn of fault conditions and
indicates when service is required.
 An event history log allows leaks (and other events) to be tracked.
 Both the events history log and any user settings are held in non -volatile
memory. Event log shall stores 50 date and time stamped alarm.
 The alarm module will be powered by 230 VAC. The panel shall have a pair of contacts
open on an alarm, and a pair of contacts close on an alarm. These contacts shall be used to
actuate other alarms and shall be capable of switching 10 amps at 250 VAC.
 In additions, the panel shall be provided with RS-485 series port for connection to third
party/DCIM controller & shall have slave Modbus RTU protocol or should support
NO/NC/DI for monitoring
 The module enclosure shall be NEMA 1, constructed of 18- gauge steel with Siemens gray
colour Powder Coated. The enclosure shall be capable of either semi flush of surface
mounting.
 Sensing Cable
 The water sensing cable shall detect the presence of water and other conductive fluids. The
sensing technology shall be very low current AC signal and not DC signal to avoid
corrosion when subject to wetness for long period.

Accessories
Complete system accessories (leader cable, end terminations, etc.) shall be provided by the
system manufacturer.

8.2.11 Monitoring Solution for Data Centre Infrastructure


The data center infrastructure management solution should have following capabilities and
features:

 Bidder must provide perpetual license of DC monitoring solution


 Bidder to supply, implement and maintain proposed DCIM solution including all required
hardware, server, OS, DB, sensor, software licenses and accessories necessary to monitor
and manage below mentioned scope:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 79


A. Solution platform should be robust, scalable & flexible

1. An enterprise class platform solution that is designed to integrate & monitor all
Facilities/Building devices/equipments (power, building, cooling, rack, safety, security
environment) of the data center, solution can be software based or in the form of
appliance or can be combination of hardware and software
2. The DCIM solution should be flexible to integrate with Multi-Vendor devices and
support multi-protocol integration such as: SNMP devices, Modbus TCP-IP, BacNet-IP
devices, and Modbus RTU/dry contacts (DI/PFC) devices that are connected to a PFC
Controller/Modbus RTU-to-Modbus TCP-IP gateway or BacNet TCP-IP gateway
3. Proposed DCIM should also be ready to integrate with third-party application using IP-
SNMP, API (web service, soap/xml), db level integration (odbc, jdbc)
4. DCIM should be easily scalable, horizontally & vertically to meet our future requirement

B. Features & Functionalities

1. The DCIM solution should be capable to monitor Power, Cooling, Environment, Safety,
Security & Racks all under common monitoring framework and shall provide simplified
& unified view
2. Monitoring, Alerting & Notification (health, performance statistics, event, alarm, status
monitoring of UPS, Energy Meter, IPDU, Temperature, Humidity, Camera, DG, FDS,
RRD, VESDA and WLD systems)
3. Central DC MONITORING SOLUTION must be web based and users in LAN should be
able to access it in customer network
4. Proposed DCIM solution should allow for custom logics for creating Rules of Escalation
and Email alerts for various devices based on alarm severity and priority
5. DCIM should have Alarm filters in the Monitoring Console. The system should also
provide alert compression and advanced alerting algorithms including deviation from
normal and time over threshold to help reduce false positive alarms.
6. Display of graphical representations of the data centre overlaid with live data
7. The proposed solution must offer intuitive, color-coded drawings in both plan and rack
elevation views which allows users to:
 Determine equipment in and out of service
 View criticality of equipment on color-coded floor plans
8. The DCIM solution should be capable to optimize Power, Cooling, Rack Space and Floor
Space all under common management framework and shall provide simplified & unified
view.
9. The DCIM tool will be able to provide a product catalog that contains up-to-date floor
and rack mounted data center equipment having drag & drop functionality to populate
devices & design DC floor layout with-in the system as per physical layout/actuals.
10. Energy Management (PUE): The DCIM solution offers a calculation engine to determine
data center load and efficiency. The solution can calculate out-of-the-box metrics
including PUE & DCiE
11. The application should provide real time Power Usage Effectiveness (PUE) values. PUE
should be measured at various level (raw feed to ups output, to individual rack level)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 80


12. The DCIM tool will provide current and historical Power Usage Effectiveness (PUE)
values and full insight into current and historical energy efficiency.
13. It will present how much power is devoted to driving the installed IT-equipment
compared with the total facility consumption
14. Power Capacity: Ability to assign planned capacity for each rack and illustrate rack
capacity consumption compared to the planned/ recommended values for that rack.
Provide information such as remaining power, the amount exceeding the recommended
capacity etc.
15. Rack U Space: Ability to monitor and display rack U space utilization of each rack.
16. The DCIM tool should enable operators to gain control over the data center environment
by implementing organized moves, adds, and change work processes by providing an
automated workflow system that can develop and assign work orders, reserve space, track
status, and provide a historical audit trail.
17. The DCIM shall enable vendor-neutral inventory management with real-time device
monitoring and data should be shown within a data center physical layout. Graphical
floor layout
18. Thermal profiling/Heat Map of entire datacenter to identify hot, over cooled spots
19. Standard, Industry Followed, Reporting & Dashboard, widgets, graphs, charts, etc.
20. Role based permission to user/users
21. Proposed system should provide effective monitoring of key parameters:
 Monitoring key parameters as required for respective equipment, such as Run-
status, Auto-manual status, Trip status, run hours, temperature, RH, etc.
 Monitoring key electrical parameters such as kw, kwh, kva, Voltage, Current, PF,
etc.

C. Reporting & Dashboard Capability

Dashboard: Devices health Status, UPS health, PUE, Total IT load, Total Facility load,
Environment Temperature & Humidity, DC load (designed, used, available), set, supply and
return temperature

Report: At minimum DCIM should provide these reports (hourly, daily, weekly, monthly,
quarterly and yearly):

UPS load (total, used, available), rack load (designed, used, available), DC load (designed, used,
available), Total DC power consumption, Rack level power demand-KW and power
consumption-kwh, Total IT load/consumption, Total facility load/consumption, Energy
Efficiency PUE/DCiE trend, Alarm reports.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 81


8.2.12 Display Unit
LED TV Specification
Display Size 65''
Resolution (min) 3840 x 2160
Audio 40W
Features Built in Wireless LAN, Bluetooth
USB, HDMI,WiFi Direct

8.2.13 Fencing for HSD Tank

Supply and fixing fence as


Cost /unit length to be quoted
per specification below

50 mm x 50 mm x 1.5 mm thickness square pipe

Vertical poles (MS poles) Pole height - 13' 6'' (height 10' 6" clearance and
3' depth).
Distance between poles - 8'
Horizontal support (MS 50 mm x 25 mm x 1.5 mm thickness pipe - at
pipe) three levels from the top at equal space
Chain link mesh 2 mm thickness, 2" dia chain link mesh

Base construction for vertical poles as per standard practice (Masonry work)

One coat of primer, two coats of oil paint to be done. Colour will be decided by
C-DoT

Adequate Lighting along the border and Shutter system required for the same.

8.2.14 Lightning Protection


Specification for Lightening protection

Bidder to propose the Lightning protection system for the entire Data centre to meet the following
a. System that will take a direct lightning strike
b. System that conducts lightning from the building in to the ground
c. System that eliminates massive structural damage and fire
d. System that helps stop the infiltration of lightning along building systems

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 82


8.2.15 Managed Operation & Maintenance (O &M) Services

Scope
On-site 24x7x365 Support on Shift basis
Manpower at On-Site: Competent DC Infrastructure O&M team (min. 1 member per shift and 3
shifts per day), should be available at On-site to manage the entire infrastructure and operation
to provide warranty / operational support on 24x7x365 basis. The Manpower should be always
available on site and should be reachable on telephone.

C-DOT has the right to ask for a change of maintenance personnel without citing reasons. The
bidder shall arrange a replacement within 3 working days having the same or higher competency
level.
The Agency shall also be capable of providing the onsite operations support for the day to day
operations such as:-

 User Management and Card Activation in consultation with the Data Centre In-charge
appointed by C-DOT.
 System Administration for the equipment supplied and installed by Agency
 Problem Resolution / Troubleshooting
 Coordination with offsite Technical support and the Help Desk.
 Any other related services not included above

Reports
Agency shall provide the MIS reports for all the devices installed by the Agency in a format and
media as mutually agreed with the Purchaser on a monthly basis. The MIS reports would be
including but not limited to the following reports. Whenever required by C-DOT, Agency
should be able to provide additional reports in a pre-specified format.

 Visitor details for C-DOT Data Centre including name, time of entry and exit, entry
authorized by, purpose of visit, etc as applicable.
 Material movement for all material entering / exiting from the Data Centre and details
about inventory
 Uptime Report for Input AC Power supply (AC input from Transformer or DG set as
applicable)
 Uptime Report for UPS system including load variations on an intraday basis.
 Uptime Report for Air-conditioning system

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 83


 Time of Day report for Temperature and Humidity variations
 Uptime and availability of CCTV Surveillance system
 Uptime and availability of Access Control
 Uptime Report for Fire Management System
 Incident reports leading to disruption, downtime, security violations or any such reports
that C-DOT would like the Agency to provide.
 Helpdesk report including details of each call, time of call, defect reported, time of call
resolution, action taken, etc,
 SLA compliance reports
 Business Compliance report stating that Agency is not violating the terms of contract,
statutory/ regulatory requirements to ensure & commit continued services as applicable.

These reports should be made available online to C-DOT on demand basis. Agency should also
provide for remote viewing of all the reports by C-DOT. During the execution phase, the agency
will also be required to provide necessary documentation of leading practices as per
international standards to be followed so as to maintain the agreed service levels.

8.2.16 High level Bill of Quantities:

# Item Description Qty. Unit


1 Civil
Civil & Interior works includes Demolishing works, Construction of utility
rooms, Foundation for DG Sets, HSD tanks, Partition works, Flooring &
Ceiling works, Furniture works, LED Screens and other miscellaneous works 1 LS
as per the RFP requirements to complete the job to the satisfactory of the C-
DOT (Refer the Layout diagram)
2 Electrical
Electrical works includes LT Panels, LT Cabling works, Earthing works,
Lighting works, Emergency lighting, Power distribution to Racks and Cooling
1 LS
equipment and other required works as per the RFP requirement to meet Tier
III requirement (Refer the Electrical Architecture Diagram)
3 UPS System
Server UPS: Supply, installation, testing & commissioning of 2 x 160 KVA
UPS with 15 minutes battery backup as per the RFP requirement &
Specifications.
1 LS
Utility UPS: Supply, installation, testing & commissioning of 2 x 6 KVA
Standalone UPS with 15 minutes battery backup as per the RFP requirement
& Specifications.

4 DG System
Supply, installation, testing & commissioning of 2 number of DG Sets of
1 LS
capacity 360 KVA Prime rated with all required accessories.
5 Cooling system

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 84


# Item Description Qty. Unit

Design, Supply, Installation, Testing and Commissioning (SITC) of required


5.1 number of Dx based cooling units in N+1 redundancy with Aisle Containment 1 LS
solution as per the specifications and with complete accessories.
Air conditioning system for NOC room, Utility rooms with redundancy as per
5.2 1 LS
the RFP requirements
6 Safety & Security Systems
6.1 Fire detection, alarm system 1 LS
6.2 Fire Suppression system 1 LS
6.3 Access control system 1 LS
6.4 CCTV System 1 LS
6.5 Water leak detection system 1 LS
6.6 Rodent repellent system 1 LS
7 DCIM- Data Center Infrastructure Management System
DCIM solution with all required hardware and software to meet RFP
7.1 1 LS
requirement
8 Racks
8.1 Server / Network rack as per the RFP Specifications 18 Nos
Data center design & project Management including Professional services
9 1 LS
of DCIM and the training, handover & user acceptance test
10 Four(4) years CAMC yearly basis 1 LS

11 Tier III standard Data Centre certification by an authorized agency 1 LS

12 Managed O & M services (5 years) .Cost to be given yearly basis 1 LS

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 85


8.2.17 List of Approved Makes & Brands

LIST OF APPROVED MAKES


No Item Description Approved Brands/Manufacturers
Civil Works:
1 False flooring Unitile/Encore/Uniflair
2 Thermal Insulation Armaflex/K-flex
3 Fire Rated Gypsum Partitions India Gypsum/ lafrge
4 Vitrified Flooring Kajaria/Nitco/Johnson/Somany
5 Vinyl Flooring Armstrong/Hanwha
6 Doors Shakti Mat, Godrej, Strategic
7 Painting Asian Paints / Burger / Nerolac
8 Fire rated Painting International Paints/Newkem/Promat
9 Furniture Godrej / Wipro / Featherlite
10 Aluminum Section Jindal / Indal
Electrical Works:
1 LT Panels CPRI Approved Manufacturers
2 MCB / MCCB ABB / Schneider / Siemens
3 MDM Meters HPL / Schneider / Enercon
4 Distribution Boards Schneider / Legrad / ABB
5 LT Cables KEI, Polycab, Finolex
6 Wires KEI, Polycab, Finolex
7 Switches & Sockets Crab tree / MK India / Legrand
8 FRLS PVC Conduits Universal / Precision
9 Light fixtures - LED type Wipro / Philips / GE
10 Cable trays OBO / Profab
UPS System:
1 UPS Emerson / Numeric / Schneider /Delta
2 Battery Rocket / Exide / Amaraja / Relicell
Diesel Generator Set:
1 Diesel Engine Cummins / Caterpillar / Powerica
2 Alternators Stamford / Leroy somer
HVAC System:
1 Cooling units Emerson/ Schneider/ Rittal
2 Containment System Emerson/ Schneider / Rittal

Racks:
1 Racks Emerson/Rittal / Netrack
2 Intelligent PDU Emerson/Rittal / Netrack

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 86


LIST OF APPROVED MAKES
No Item Description Approved Brands/Manufacturers
Fire detection & Alarm system (All components shall be UL listed)
1 Main Fire Alarm Panel EST / Simplex / Notifier
Smoke Detectors (Photo /
2
PhotoThermal) EST / Simplex / Notifier
3 Heat Detectors EST / Simplex / Notifier
Interface Modules : Monitor /
4 Relay / Control / Zone Monitor EST / Simplex / Notifier
etc.
Sounders / Sounder cum
Flashers / Strobes / Speakers /
5 EST / Simplex / Notifier
Speaker cum Flashers /
Annunciation devices
6 Manual Pull Stations EST / Simplex / Notifier
IP Based CCTV System:
1 IP BASED CCTV CAMERA Axis / Sony / Hikvision
2 Indoor PTZ CCTV CAMERA Axis / Sony / Hikvision
3 VMS Axis / Sony / Milestone/ Hikvision
4 Server / PC / Monitors Wipro / IBM / HP / DELL
5 LAN Network Switches CISCO / NORTEL
Access Control System:
Contact less Access Readers (
1
Proximity/Smart ) HID /Cardax / eqv.
2 PIN type Readers HID /Cardax / eqv.
3 Biometric Card Readers Bioscript/ HID / Equiv.
4 Emergency Break Glass unit KAC / eqv
5 EM Door Locks BEL / Dorma / Ebelco / Equiv.
6 Access Controllers HID / DDS / Lenel
7 Access Control Software HID / DDS / Lenel
Fire Extinguishers:
1 Co2 Fire Extinguishers Safex / Ceasefire / Minimax / Equiv.
2 ABC Fire Extinguishers Safex / Ceasefire / Minimax / Equiv.
Water leakage detection system:
1 Water Leak sensing Cable Sontay / Reytech / C Systems
2 Zone Panel Jai / PCD / C Systems
3 Hooter Dixi / Senje/ Ravel / Eqv.
High Sensitivity Smoke detection sytem:
High Sensitivity Smoke
1
detection unit Xtralis / System Sensor / Eqv
2 Air Sampling Piping Sch. 40 Precision / Garware / Eqv
Capillary Tubes & Sampling
3
Points Xtralis / System Sensor / Eqv
NOVEC 1230 based Fire suppression system:
1 NOVEC 1230 Gas 3M Corp., USA
Cylinder with valve ( OEM
2
Factory Filled) UTC / Ansul / Siemens

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 87


LIST OF APPROVED MAKES
No Item Description Approved Brands/Manufacturers
3 Electrical Actuator UTC / Ansul / Siemens
4 Manual Actuator UTC / Ansul / Siemens
5 Pneumatic Actuator UTC / Ansul / Siemens
6 Discharge Hoses UTC / Ansul / Siemens
7 Actuation Hoses UTC / Ansul / Siemens
8 Manifold Check Valves UTC / Ansul / Siemens
9 Nozzles UTC / Ansul / Siemens
10 Low Pressure Switch UTC / Ansul / Siemens
11 Discharge Pressure Switch UTC / Ansul / Siemens
Piping ASTM A106 Gr. B Sch
12
40 & Sch.80 ISI Approved
"UL Listed" Gas Release
Panel, with programmable
13
Relay Modules & Builtin
Listed Power Supply Ravel / GE / Equiv.
"UL Listed" Manual Release &
14
Abort Switch Ravel / GE / Equiv.
Rodent Repellent system:
1 Satellite Stations / Transducers RScat/ Maser / C Systems
2 Controller RScat/ Maser / C Systems
3 Wire As Manufactures Requirement
4 Conduit ISI Approved
Display Unit
1 LED TV Samsung/ Sony /LG
Datacenter Infrastructure Management
1 DCIM Emerson / Schneider / CA

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 88


ANNEXURE-I
COMPLIANCE STATEMENT (TECHNICAL) FOR _______________________

Ref: CDOT/TENDER/2016-2017/004

SL C-DOT TENDER SPECIFICATION OF DEVIATIONS IF


NO. SPECIFICATION MODELS QUOTED ANY

PLEASE LIST DOWN EACH PLEASE INDICATE THE


OF THE TENDER SPECIFICATIONS OFFERED
SPECIFICATIONS IN THIS BY YOUR MODELS
COLUMN
(DO NOT JUST SAY
COMPLIED)

COMPLIANCE FOR EACH


MODEL OFFERED ARE TO BE
GIVEN SEPARATELY.

ADDITIONAL FEATURES IF
ANY

NOTE: PLEASE FILL UP THE COMPLIANCE CHART FOR EVERY MODEL QUOTED

(Signatures of Authorized Signatory of the Bidder)

Name / Designation/ email /mobile no.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 89


ANNEXURE-II

COMPLIANCE STATEMENT (Tender Commercial terms and conditions)

Ref: CDOT/TENDER/2016-2017/004

I hereby declare that all the information furnished by us are true to my knowledge.

I have no objection to C-DOT verifying any or all the information furnished in this document with the
concerned authorities, if necessary. I also certify that I have understood all the terms and conditions
indicated in the tender document and agreeing to, in entirety.

I am signing this document as an authorized signatory in the capacity of ________________________.

Date : Signature:

Place: Name:

Designation:

Email ids:

Mobile Nos.

Seal of the company / Agency

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 90


Annexure III: Bid Form

Ref : TENDER for Design, Supply, Installation, Testing, Commissioning and


Maintenance of Data Centre Infrastructure on Turnkey basis
Dated 28-02-2017

To,
The Purchase Group
Centre for Development of Telematics
C-DOT Campus
Phse – I, Hosur Road,
Bangalore – 560 100

Dear Sir,

o We offer to submit our properly sealed Bid against the TENDER Document purchased in our name. As a
proof of Purchase, we are submitting the duly stamped and signed TENDER Document.

o While submitting the Bid, we have taken into account all clarifications issued after the Pre-Bid Meeting,
addenda, amendment, as issued by C-DOT in this regard. Our Bid is in conformity with the Conditions
of Contract, Technical Specifications and other requirements of the TENDER Document.

o Our Bid is valid for a period of Six Months from the scheduled date of Bid Opening.

o Our submitted Bid is without any conditions from our side.

o We accept the stipulated Term of the Contract and Payment Terms therein.

o We understand that C-DOT is not bound to accept the lowest or any bid, it may receive.

o After acceptance of our Bid, we will submit Performance Security for an amount equal to 10% of the
Contract value, in the form of a Bank Guarantee from a scheduled Bank, towards faithful performance of
the Contract.

o We understand that after acceptance of our Bid, terms and conditions of the Purchase Order placed by
C-DOT, along with our Bid, shall constitute a binding Contract between us.

o We undertake neither to use the contents of this TENDER Document for any other purpose nor to
publicize the same in any form.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 91


Dated this ___________ day of __________________ 2017

Signature ________________________________

Name __________________________________________
In the capacity of ___________________________________
Duly authorized to sign the Bid for and on behalf of
_________________________________________________
Mobile No. & Email id:

Witness ___________________________________________
Address __________________________________________
Signature_________________________________________

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 92


Annexure IV: Bid Security Form

Whereas _________________________________________ (hereinafter called “the Bidder”) has


submitted its Bid dated __________________ for Design, Supply, Installation, Testing, Commissioning
and Maintenance of Data Centre Infrastructure on Turnkey basis KNOW ALL MEN by these presents that
WE _______________________________________ OF _________________________ having our
Registered Office at ______________________ (hereinafter called “the Bank”) are bound unto Centre for
Development of Telematics (hereinafter called “the Purchaser”) in the sum of Rs xx,xx,xxx.00 (Rs. (in
words) ) 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
a. fails or refuses to accept the Purchase Order placed by the Purchaser,
or
b. fails or refuses to furnish the Performance Security, in accordance
with the Conditions of Contract

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 as specified in Clause ______ Section 3 of the TENDER Document,
upto and including ONE HUNDRED AND EIGHTY (180) days period starting from the date of Bid
Opening and any demand in respect thereof should reach the Bank not later than the specified date/dates.

_________________________
Signature of the Bank Authority
Name
Signed in Capacity of
Full address of Branch
Tel No. of Branch

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 93


Annexure V: Letter of Authorization for Attending Bid Opening

To,
The Purchase Group
Centre for Development of Telematics
Phase – I, Hosur Road

Bangalore – 560 100

Subject: Authorization for attending Bid Opening on _________________Date)


Against Request for Proposal for Design, Supply, Installation,
Testing, Commissioning and Maintenance of Data Centre
Infrastructure on Turnkey basis

Following persons are hereby authorized to attend the Bid Opening at C-DOT, Bangalore, for the TENDER
mentioned above on behalf of _____________________________________ (Bidder):

S. N. Name Specimen Signatures

I.

II.

(Signatures of Authorized Signatory of the Bidder)

Mobile No. & Email id:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 94


Annexure VI: Statement of Submitting the Documents Fulfilling the Eligibility
Criteria

Please refer section III for Eligibility Criteria

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 95


Annexure VII: Performance Security Guarantee Bond

1. In consideration of Centre for Development of Telematics (hereinafter called „C-DOT‟) having agreed to
exempt ____________________________________ (hereinafter called „the said Contractor‟) from the
demand under the terms and conditions of an Purchase Order No. ______________________ dated
_____________ made for Design, Supply, Installation, Testing, Commissioning and Maintenance of Data
Centre Infrastructure on Turnkey basis (hereinafter called “the said Contract ”), of Security Deposit for the
due fulfillment by the said Contractor of the terms and conditions contained in the said Contract, on
production of the Bank Guarantee for _____________________________________ we, (name of the Bank)
__________________________________ ( hereinafter refer to as “the Bank”) at the request of
_______________________________________ (contractor) do hereby undertake to pay to C-DOT
an amount not exceeding _____________________ against any loss or damage caused to or suffered or
would be caused to or suffered by C-DOT by reason of any breach by the said Contractor of any of the
terms or conditions contained in the said Contract.

2. We (name of the Bank) ____________________ do hereby undertake to pay the amounts due and payable
under this guarantee without any demure, merely on a demand from C-DOT by reason of breach by the
said contractor of any of the terms or conditions contained in the said Contract or by reason of the
contractor‟s failure to perform the said Contract. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this Guarantee where the decision of C-DOT in these
counts shall be final and binding on the Bank. However, our liability under this Guarantee shall be restricted
to an amount not exceeding ___________________________________.

3. We undertake to pay to C-DOT any money so demanded notwithstanding any dispute or disputes raised by
the contractor in any suit or proceeding pending before any court or tribunal relating thereto our
liability under this present being absolute and unequivocal. The payment so made by us under this bond shall
be valid discharge of our liability for payment thereunder and the contractor shall have no claim against us
for making such payment.

4. We( name of the Bank)_________________________ further agree that the Guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of the said
Contract and that it shall continue to be enforceable till all the dues of the C-DOT under or by virtue of the
said Contract have been fully paid and its claims satisfied or discharged or till C-DOT certifies that the
terms and conditions of the said Contract have been fully or properly carried out by the said Contractor and
accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us in

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 96


writing on or before the expiry of ____________________________ (as specified in P.O) from the date
hereof, we shall be discharged from all liabilities under this Guarantee thereafter.

5. We (name of the Bank)_________________________ further agree with C-DOT that C-DOT shall have the
fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary
any of the terms and conditions of the said Contract or to extend the time of performance by the said
Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable
by C-DOT against the said Contractor and to forbear or enforce any of the terms and conditions relating to
the said Contract and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Contractor or for any forbearance, act or omission on the part of the
C-DOT or any indulgence by the C-DOT to the said Contractor or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor.

7. We (name of the Bank) ____________________ lastly undertake not to revoke this


Guarantee during its currency except with the previous consent of C-DOT in writing.

Dated the ______ day of ________________

for __________________________________

(Name of the Bank)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 97


Annexure VIII: Invitation for Tender
CENTRE FOR DEVELOPMENT OF TELEMATICS

C-DOT Campus, Phase-I, Electronic City, Hosur Road

Bangalore 560 100


REF NO. : CDOT/TENDER/2016-17/004 Dated: 28-02-2017

TENDER NOTICE

C-DOT, a telecom technology Centre of Government of India, invites sealed quotations on Two
Bid system from reputed OEMs / System Integrators for setting-up of Disaster Recovery Data
Centre at the C-DOT Campus, Bangalore on Turnkey basis.

The Tender Documents and other details will be available on our website www.cdot.in from
1000hrs of 28-02-2017 to 1500hrs of 31-03-2017. The last date for submission of the tender is up to
1500hrs of 31-03-2017. Interested bidders may visit our website and submit their quote in the
prescribed manner.

Tender fee of Rs. 1000/- by way of demand draft, should be separately enclosed with the technical
part, in case the tender document is downloaded from the website.

Any amendment to the tender specifications/date of opening, Pre-Bid Clarifications etc. shall be
put up on the website : www.cdot.in only. Bidders are advised to check the website before
submitting the tender.

A Pre-bid meeting shall be held at C-DOT Bangalore on 14-03-2017 at 14.00 hrs.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 98


Annexure–IX: Layout Plan of the site

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 99


Annexure-X: Non Disclosure Agreement(NDA)

This Agreement made on this ______ day of _____________, 2017 (the „Effective Date‟)

BETWEEN:

1. Centre for Development of Telematics (C-DOT), the Telecommunication Technology Centre of


Government of India, having its Corporate Office at C-DOT Campus, Mandi Gaon Road, Mehrauli, New
Delhi – 110030 (which expression shall mean and include its successors, legal nominees and permitted
assigns);

AND

2. __________________________________________________________________having its office


located at____________________________________________________________________(which
expression shall mean and include its successors, legal nominees and permitted assigns); (hereinafter
referred to, individually, as the “Party” and collectively, as the “Parties”)

Background:

i. The Parties intend to evaluate, discuss and negotiate the prospective business opportunity of mutual
interest as specified in the Request for Proposal (TENDER) Document of C-DOT for Design, Supply,
Installation, Testing, Commissioning and Maintenance of Data Centre Infrastructure on Turnkey basis
(TENDER Ref. No. CDOT/TENDER/2016-17/004 dtd 28-02-2017).

ii. The Parties may, in these evaluations, discussions and negotiations, disclose to each other information
that is technically and/or commercially confidential.

iii. The Parties have agreed that disclosure and use of such technical and/or commercial confidential
information shall be made only as per terms and conditions of this Agreement.

Now, therefore, in consideration of mutual promises and covenants contained in this Agreement and the
mutual disclosure of confidential information to each other, the Parties hereto agree as follows:

1.0 Definitions

In this Agreement the following terms shall, unless the context otherwise requires, have the following
meanings:

1.1 „Disclosing Party‟ means the Party disclosing Confidential Information to the other Party under this
Agreement.

1.2 „Receiving Party‟ means the Party receiving Confidential Information from the other Party under
this Agreement.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 100


1.3 „Confidential Information‟ means any information, which shall include but is not limited to,
research, patents, patent applications, algorithm, computer software (including source and object
code), hardware configuration, prototype, design, drawings, know-how, technology, process, data,
work-in-progress, future development, product features including specifications and documentation,
trade secrets, agreements with third parties, market opportunities, sales data, costs and profits,
business or financial data, plans, policies and practices of the Parties or their customers, product
samples, inventions, concepts and any other technical and/or commercial information, disclosed
directly or indirectly and in any form whatsoever (including, but not limited to, disclosure made in
writing, oral or in the form of samples, models, computer programs, drawings or other instruments)
furnished by the Disclosing Party to the Receiving Party under this Agreement.

1.3.1 Such Confidential Information shall also include but shall not be limited to:

1.3.1.1 information disclosed by the Disclosing Party in writing marked as confidential at the
time of disclosure;

1.3.1.2 information disclosed by the Disclosing Party orally which is slated to be confidential at
the time of disclosure;

1.3.1.3 information disclosed in any other manner is designated in writing as confidential


information at the time of disclosure; or

1.3.1.4 notwithstanding sub-clauses 1.3.1.1, 1.3.1.2 and 1.3.1.3 of this definition, any information
whose nature makes it obvious that it is confidential.

1.3.2 Such Confidential Information shall not include any information which:

1.3.2.1 is, at the time of disclosure, publicly known; or

1.3.2.2 becomes at a later date, publicly available otherwise than a wrongful act or negligence or
breach of this Agreement of or by the Receiving Party; or

1.3.2.3 the Receiving Party can demonstrate by its written records, was in its possession, or known
to the Receiving Party, before receipt under this Agreement and which was not previously
acquired under an obligation of confidentiality; or

1.3.2.4 is legitimately obtained at any time by the Receiving Party from a third party without
restrictions in respect of disclosure or use;

1.3.2.5 or the Receiving Party can demonstrate to the satisfaction of the Disclosing Party, has
been developed independently of its obligations under this Agreement and without access
to the Confidential Information.

1.4 „Purpose‟ means pursuing the evaluations, discussions, negotiations and execution between the
Parties in respect of the business opportunity as defined in paragraph (i) of the Background section.

1.5 „Affiliate‟ means any legal entity which, at the time of disclosure to it on any Confidential
Information, is directly or indirectly controlling, controlled by or under common control with any of
the Parties.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 101


1.6 „Contemplated Agreement‟ means any future legally binding Agreement between the Parties in
respect of the envisaged business opportunity under this Agreement.

2.0 Non-Disclosure of Confidential Information

2.1 In consideration of the disclosure of Confidential Information by the Disclosing Party to the
Receiving Party solely for the Purpose, the Receiving Party undertakes not to disclose Confidential
Information to any third party, unless in accordance with Clause 4.

2.2 In addition to the undertaking in Clause 2.1, the Receiving Party shall be liable for:

2.2.1 any loss, theft or other inadvertent disclosure of Confidential Information, and

2.2.2 any unauthorized disclosure of Confidential Information by persons (including, but not limited to,
present and former employees) or entities to whom the Receiving Party under this Agreement has
the right to disclose Confidential Information, except where, the Receiving Party has used the same
degree of care in safeguarding such Confidential Information as it uses for its own Confidential
Information of like importance and in no event less than a reasonable degree of care; and upon
becoming aware of such inadvertent or unauthorized disclosure, the Receiving Party has promptly
notified the Disclosing Party thereof and taken all reasonable measures to mitigate the effects of
such disclosure and to prevent further disclosure.

2.3 The Receiving Party understands and agrees that:

2.3.1 any information known only to a few people to whom it might be of commercial interest and
not generally known to the public, is not public knowledge;

2.3.2 a combination of two or more parts of the Confidential Information is not public knowledge merely
because each part is separately available to the public.

2.4 The Receiving Party acknowledges the technical, commercial and strategic value of the Confidential
Information to the Disclosing Party and understands that unauthorized disclosure of such
Confidential Information will cause irreparable harm and significant injury to the Disclosing Party.

3.0 Use of Confidential Information

The Receiving Party is entitled to use the Confidential Information but only for the defined Purpose under
this Agreement.

4.0 Permitted Disclosure of Confidential Information

4.1 The Receiving Party may disclose in confidence Confidential Information to any of its Affiliates and
employees, in which event the Affiliate and employee shall be entitled to use the Confidential
Information but only to the same extent the Receiving Party is permitted to do so under this
Agreement. The Receiving Party agrees that such Affiliates or employees are subject to
confidentiality obligations no less restrictive than those of this Agreement.

4.2 The Receiving Party shall limit the dissemination of Confidential Information of its Affiliates and
employees having a need to receive such information to carry out the Purpose.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 102


4.3 The Receiving Party may disclose Confidential Information to its consultants, contractors, sub-
contractors, agents or similar persons and entities having a need to receive such information to carry
out the Purpose on the prior written consent of the Disclosing Party. In the event that the Disclosing
Party gives such consents, the Receiving Party agrees that such individuals are subject to
confidentiality obligations no less restrictive than those of this Agreement.

4.4 Notwithstanding Clause 2.1, the Receiving Party shall not be prevented from disclosing Confidential
Information, where (i) such disclosure is in response to a valid order of a court or any other
governmental body having jurisdiction over this Agreement, or (ii) such disclosure is otherwise
required by law, provided that the Receiving Party, to the extent possible, has first given prior
written notice to the Disclosing Party and made reasonable efforts to protect the Confidential
Information in connection with such disclosure.

5.0 Copying and Return of Confidential Information

5.1 The Receiving Party shall not be entitled to copy or otherwise reproduce or duplicate samples,
models, computer programs, drawings, documents or other instruments furnished by the Disclosing
Party hereunder and containing Confidential Information, unless and to the extent it is necessary for
the Purpose.

5.2 All samples, models, computer programs, drawings, documents and other instruments furnished
hereunder and containing Confidential Information shall remain the Disclosing Party‟s property.

5.3 At any time upon request from the Disclosing Party or upon the conclusion/ rejection of the Purpose
or expiry of this Agreement, the Receiving Party, at its own cost, will return or procure the return,
promptly and in any event within 14 days of receipt of such request, of the originals as well as each
and every copy/reproduction of Confidential Information given by the Disclosing Party, and satisfy
the Disclosing Party that it no longer holds any further Confidential Information.

6.0 Non-Disclosure of Discussions/Negotiations

Except as provided in Clause 4.0, each Party agrees that it will not, without the other Party‟s prior written
approval, disclose to any third party the fact that the Parties are discussing the business opportunity. The
Parties acknowledge that the provisions of this Agreement shall apply in respect of the content of any such
discussions/negotiations. The undertaking set forth in this Clause 6.0 shall survive the termination of this
Agreement.

7.0 Term and Termination:

7.1 This Agreement shall come into force from the Effective Date. The provisions of this Agreement
shall, however, apply retroactively to any Confidential Information, which may have been disclosed
in connection with discussions and negotiations regarding the business opportunity prior to the
Effective Date.

7.2 This Agreement shall remain in force for eight (8) years from the Effective Date, except to the extent
this Agreement is superseded by stipulations of the Contemplated Agreement.

7.3 The rights and obligations of each Party with respect to all Confidential Information received
under this Agreement, shall survive expiration or termination of this Agreement and shall remain in

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 103


effect for a period of Five (5) years from (i) the last date of disclosure of Confidential Information,
or (ii) completion of the defined Purpose, whichever is later.

8.0 Intellectual Property Rights

All Confidential Information and all patent, copyright, trade secret, trademark and other intellectual
property rights therein, shall remain the exclusive and sole property of the Disclosing Party. The Receiving
Party shall not be construed to be granted any license or having obtained any implied rights by reason of
this Agreement, except the limited right to review such Confidential Information solely for the purposes of
determining whether to enter into and further carry out the defined business opportunity.

Each Party agrees not to reverse engineer, disassemble or decompile the Confidential Information received
from the other Party, pursuant to this Agreement.

9.0 Future Agreements

Nothing in this Agreement shall obligate either Party to enter into any further Agreements.

10.0 Amendments

Any amendment to this Agreement shall be agreed in writing by both Parties and shall refer to this
Agreement.

11.0 Severance

If any term or provision in this Agreement is held to be illegal, invalid or unenforceable, in whole or in
part, under any enactment or rule of law, such term or provision or part shall, to that extent, be deemed not
to form part of this Agreement, but the validity and enforceability of the remainder of this Agreement shall
not be affected.

12.0 Governing Law

This Agreement shall be governed by and construed in accordance with the laws of India and in any dispute
arising out of or relating to this agreement, the Parties submit to the exclusive jurisdiction of the Courts
situated at Delhi, India.

13.0 General

13.1 Each Party agrees to comply with all applicable Laws and Regulations including but not limited to
those relating to export and re-export of technical data documentation and/or providing insofar as
they relate to the information disclosed under this Agreement.

13.2 The Disclosing Party warrants that it has all necessary rights to lawfully disclose the Confidential
Information and the Confidential Information has not been provided in breach of any other
agreement with a third party. The Disclosing Party shall indemnify the Receiving Party against all
liabilities for third party claims in this regard.

13.3 With reasonable prior written notice, the Disclosing Party may audit the use of the disclosed
Confidential Information under this Agreement at the Receiving Party‟s premises. The Receiving
Party agrees to co-operate with the Disclosing Party during such audit and to provide reasonable
assistance and access to the sought information.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 104


13.4 The Receiving Party shall disclose of any similar agreements explicit or otherwise, for similar
purpose/application within its own organization, or with any other third party.

13.5 Neither Party shall assign this Agreement without the written express permission of the other Party.

13.6 In the event of a breach or threatened breach by the Receiving Party of any provisions of this
Agreement, the Disclosing Party, in addition to and not in limitation of any other rights, remedies or
damages available to the Disclosing Party at law, in equity or otherwise, shall be entitled to a
temporary restraining order / preliminary injunction in order to prevent or to restrain any such breach
by the Receiving Party, or by any or all persons directly or indirectly acting for, on behalf of, or with
the Receiving Party.

13.7 All the disputes/differences between the Parties under this Agreement, shall be resolved through
mutual discussions/re-conciliation in good faith, failing which, these shall be settled as per
provisions of Arbitration and Conciliation Act, 1996, as amended from time to time.

IN WITNESS whereof this Agreement was duly executed by the duly authorized representatives of the Parties on
the day and year first above written.

For and on behalf of For and on behalf of


C-DOT

Sign : _____________________ Sign : ________________________

Name : Name :

Title : Title :

Witness:

1) 1)

2) 2)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 105


ANNEXURE-XI

A. PRICE BREAK-UP IN INR ONLY

ALL
Excise Sales Tax / Freight, Forwarding,

all levies & charges


levies/

Unit Price inclusive of

Total Price inclusive of


Ex-factory price (Basic Unit Price exclusive of

(2 x 14) offered if any

Inclusive Price
Duty VAT/CST Packing & Insurance

all levies & charges


(4+6+8+10+12+13)
Service
Tax

other

NET
Discount
charges

(15-16)
Any
all levies & charges)
Item Description

Make Model Amt

Amt % Amt. % Amt.


% %
QTY
No
Sl.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

1. Complete BOM (Item-


wise) (Please note that
breakup cost of all
modules shall be given
separately )

2. Installation and
commissioning charges

3. Managed O&M charges


(break-up as per format
given in Annexure XI-B)
for 5 years

4. Tier III standard Data


Centre certification
(TIA 942-A) charges

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 106


ALL
Excise Sales Tax / Freight, Forwarding,

all levies & charges


levies/

Unit Price inclusive of

Total Price inclusive of


Ex-factory price (Basic Unit Price exclusive of

(2 x 14) offered if any

Inclusive Price
Duty VAT/CST Packing & Insurance

all levies & charges


(4+6+8+10+12+13)
Service
Tax

other

NET
Discount
charges

(15-16)
Any
all levies & charges)
Item Description

Amt

Make Model
Amt % Amt. % Amt.
% %
QTY
No
Sl.

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

5. Lump sum CAMC


Charges (break-up as per
format given in Annexure
XI-A) for 4 years (on per
year basis) after 1 year
warranty for each item.

6. Any other item for


meeting the requirement
of tender

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 107


ANNEXURE-XI [A]

PRICE-BREAK-UP for Annual Maintenance Contract

Sl. Item Unit Price AMC for 2nd AMC for 3rd AMC for 4th AMC for 5th Total CAMC COST
Description (Exclusive Year Year Year Year for 4 years (inclusive
of Taxes) of all taxes)

As per % Amount % Amount Amount % Amount %


BOM

1.

2.

3.

4.

5.

NOTE:

1. No other price format shall be entertained. Commercial Bid shall be summarily rejected incase the above format is not explicitly followed.

Incase additional break-up needs to be given the same may be explained in a separate sheet. Separate sheets may be enclosed for price bid.

2. Price of CRITICAL SPARES to be quoted SEPARATELY. The same shall not be part of commercial price comparison.

3. The Terms & Condition of the AMC Agreement shall be as per Annexure - XII

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 108


ANNEXURE–XI [B]

PRICE - BREAK-UP for Managed O&M Services

Bidder/SI should quote charges for 24x7x365 considering 3 shifts in a day.

Bidder/SI should quote charges for 24x7x365 considering 3 shifts in a day. They should also quote the breakup cost per engineer per shift per
month in column B in the following table. Depending upon the actual number of engineers required in different shifts, the total cost for
managed O&M services shall be calculated and considered for determining the lowest bidder

Sl. Item Description Unit Rate Qty Unit Rate In INR Taxes per Total in INR
No. In INR Per ( Per Person Per unit F=(C*(D+E)
Person Per Shift Month for In INR )*36
Per Month 24x7x365
considering 3 shifts
per day )
(A) (B) (C) (D) (E) (F)
Cost of Personnel as per In words In words In words In words
Scope of Work and SLA In figures 01 person In figures In figures In figures
for Five years per shift

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 109


ANNEXURE–XII
Proforma for Contract
THIS AGREEMENT made the on_________ day of __________2017

BETWEEN

The Centre for Development of Telematics (C-DOT) (hereinafter referred to as “the Purchaser”) which expression shall unless repugnant
to the context or meaning thereof mean and be deemed to include its authorized agents, representatives and permitted assigns of the First Part.

AND

The Party ___________ (hereinafter referred to as “the Agency (AGENCY)”) which expression shall unless repugnant to the context or
meaning thereof mean and be deemed to include their successors and permitted assigns having its registered office at __________ of the
Second Part.

WHEREAS

(a) The Purchaser had invited Tenders vide their Tender _____ (hereinafter referred to as „Tender Document‟) for “Appointment of an
agency for Design, Site Preparation, Supply, Installation, Testing, Commissioning, Operations and Maintenance of Basic
Infrastructure for the establishment of a Data Centre on Turnkey basis at C-DOT at Bangalore

(b) The AGENCY had submitted its proposal dated _______ (hereinafter referred to as the „Tender‟) for the provision of such services in
accordance with its proposal as set out in its Tender and in accordance with the terms and conditions of the Tender and this Contract.

(c) The Purchaser has agreed to appoint the AGENCY for the provision of such services and the AGENCY has agreed to provide services as
are represented in the Tender, including the terms of this Contract, the Schedules attached hereto and in accordance with the terms of the
Tender, and in terms of the discussions, negotiations and clarifications in relation to the implementation of the scope of work.

(d) In consideration of the foregoing and the mutual covenants and promises contained herein and other good and valuable consideration the
receipt and adequacy of which is hereby acknowledged, the parties intending to be bound legally.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 110


NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of
Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz:

a. the Scope of Work


b. the General Conditions of Contract
c. the Service Level Agreement (SLA)
d. the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the AGENCY as hereinafter mentioned, the AGENCY hereby covenants
with the Purchaser to provide the Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the AGENCY in consideration of the provision of the Services and the remedying of defects
therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year
first above written

Signed, Sealed and Delivered by the said __________________


(For the Purchaser in the presence of: _____________________ (WITNESS)

Signed, Sealed and Delivered by the said __________________


(For the AGENCY ) in the presence of: _____________________ (WITNESS)

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 111


Purpose of this Agreement

The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be
provided by the Agency to C-DOT for the duration of this contract.

The benefits of this SLA are to:


 Trigger a process that applies C-DOT and the Agency management attention to some aspect of performance when that aspect drops
below an agreed upon threshold, or target.
 Makes explicit the expectations that C-DOT has for performance.
 Helps C-DOT control the levels and performance of Agency services.

The Agency and C-DOT shall maintain a monthly contact to monitor the performance of the services being provided by the Agency and
the effectiveness of this SLA

This Service Level Agreement is between the Agency and C-DOT.

1 Definitions

For purposes of this Service Level Agreement, the definitions and terms as specified in the contract along with the following terms shall
have the meanings set forth below:

 "Availability" shall mean the time for which the services and facilities offered by the Agency are available for conducting operations
from the equipment hosted in the Data Centre.
 “Downtime” is the time the services and facilities are not available to C-DOT and excludes the scheduled outages planned in
advance for the Data Centre.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 112


 "Helpdesk Support" shall mean the Agency‟s 24x7x365 centre which shall handle Fault reporting, Trouble Ticketing and related
enquiries during this contract.
 “Incident” refers to any event / abnormalities in the functioning of the Data Centre Equipment / Services that may lead to disruption
in normal operations of the Data Centre services.

2 Description of Services Provided

The Agency will provide following services for Site Preparation & Supply, Installation, Maintenance and Operations of basic
Infrastructure for the establishment of C-DOT Data Centre at the proposed site.
 Site Preparation of the proposed Data Centre in terms of the civil, electrical and mechanical work required to build the Data Centre.
 Supply, installation and setting up of the necessary basic Infrastructure (State of art UPS,DG sets, Air-conditioning system, Closed
Loop Cooling (CLC), Fire management, Lighting system, Fire Detection and Control system, cabling, etc.).
 Supply, installation and setting up of the physical security like CCTV surveillance systems.
 Six years on-site maintenance of all the equipments and their components supplied in setting up the basic infrastructure in the
proposed Data Centre.
 Onsite support for Data Centre Infrastructure Operations on 24*7*365 basis by qualified engineers/ personnel for a period of five
years to ensure 99.98% availability.

The exact scope and boundaries of services provided as part of this Contract Agreement are detailed in Section VIII - Scope of Work and
annexure therein of this tender.

3 Service Level Agreements & Targets


This SLA document provides for minimum level of services required as per contractual obligations based on performance indicators and
measurements thereof. The Agency shall ensure provisioning of all required services while monitoring the performance of the same to
effectively comply with the performance levels.
The services provided by the Agency shall be reviewed by the C-DOT and C-DOT shall:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 113


 Check performance of the Agency against this SLA over the review period and consider any key issues of the past period‟s
performance statistics including major incidents, service trends, etc.
 Discuss escalated problems, new issues and matters still outstanding for resolution.
 Review of statistics related to rectification of outstanding faults and agreed changes.
 Obtain suggestions for changes to improve the service levels.
In case desired, C-DOT may initiate an interim review to check the performance and the obligations of the Agency. The SLA may be
reviewed and revised in accordance to the procedures detailed in Clause 5, SLA Change Control. The procedures in Clause 4 will be
used if there is a dispute between C-DOT and the Agency on what the performance targets should be.

The SLA has been logically segregated in the following categories:


1. Performance Related Service Levels
2. Help Desk Support Services for the Data Centre Facilities
3. Compliance & reporting Procedures
4. Periodic Facility Audits

The following measurements and targets shall be used to track and report performance on a regular basis. The targets shown in the
following table are applicable for the duration of the contract.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 114


3.1 Measurements & Targets

3.1.1 Implementation Phase related Performance Levels


Measurement Definition Target Penalty

Commencement of Work

1. Team mobilization and The Bidder is expected to mobilize the team for For Bidder related services Termination of the
commencement of work commencement of work for this project. : Within 15 calendar days Contract
from the date of Contract
For Bidder related services, commencement of work
would mean reporting of Bidder resources at the
designated C-DOT locations for the project.

Installation and Commissioning

2. Installation and Delivery, installation, integration, testing of all Penalty covered


Commissioning of system hardware components / equipments / devices / under Liquidation
software applications etc required for the system after Damages Clause
a comprehensive integration testing to the satisfaction 4.35 of Section IV –
of the Purchaser and conforming to the Service Levels Instruction to
defined Bidders

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 115


3.1.2

3.1.3 Performance Related Service Levels

Measurement
S.No Measurement Definition Target Impact Penalty
Interval
1. Power Availability Quarterly >= 99.98% 26 minutes No Penalty
Availability = {1-
[(Downtime) Continuous 5% of the
/ (Total downtime quarterly
Time – for more electricity
Maintenance than 10 charges
Time)]}*100 minutes
>= 99.97% <= 39 5% of the
Availability to < 99.98% minutes to quarterly
of Power > 26 electricity
will be minutes of charges
measured downtime
upto the
>= 99.96% <= 52 10% of the
socket level
to < 99.97% minutes to quarterly
in the
> 39 electricity
equipment
minutes of charges
room that
availability

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 116


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
will be >= 99.93% <= 91 15 % of the
providing to < 99.96% minutes to quarterly
power to the > 52 electricity
racks. minutes of charges
downtime
< 99.938% > 91 Event of
minutes of Default
downtime &
Escalation to
C-DOT and
Agency
Management
2. Return Air This SLA Quarterly Temperature No Penalty
Temperature would at all these
measure the Locations is
Return Air between 20o
temperature + 6o
--
at every Centigrade
Rack and to 20o + 2o
Sensors Centigrade
Suitable for 10
placed in the minutes

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 117


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
Data Center. Temperature 0.02% of the
at all these total
The Agency Locations is quarterly
should between service
ensure that 20o + 6o charges for
Centigrade -- every rack
the Return
air to 20o + 2o on an
temperature Centigrade incremental
and continuously basis.
temperature for 20
at these minutes
Suitable Temperature 0.04% of the
Located at all these total
Sensors is Locations is quarterly
maintained between service
at 20o + 2o 20o + 6o charges for
Centigrade Centigrade -- every rack
at all times. to 20o + 2o on an
Penalty Centigrade incremental
would be continuously basis.
applicable in for 30
all the cases minutes

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 118


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
where the Temperature 0.06% of the
temperature at all these total
would Locations is quarterly
increase between service
beyond the 20o + 6o charges for
specified Centigrade -- every rack
limit. to 20o + 2o on an
However, in Centigrade incremental
case of the continuously basis.
temperature for 40
decrease minutes
upto 5o
Temperature 0.08% of the
centigrade,
at all these total
no penalty
Locations is quarterly
would be
between service
applied.
20o + 6o charges for
Centigrade -- every rack
to 20o + 2o on an
Centigrade incremental
continuously basis.
for 50
minutes

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 119


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
Temperature 0.04% of the
at all these total
Locations is quarterly
between service
20o + 10o charges for
Centigrade -- every rack
to 20o + 6o on an
Centigrade incremental
continuously basis.
for 10
minutes
Temperature 0.06% of the
at all these total
Locations is quarterly
between service
20o + 10o charges for
Centigrade -- every rack
to 20o + 6o on an
Centigrade incremental
continuously basis.
for 20
minutes

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 120


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
Temperature 0.08% of the
at all these total
Locations is quarterly
between service
20o + 10o charges for
Centigrade -- every rack
to 20o + 6o on an
Centigrade incremental
continuously basis.
for 30
minutes
Temperature Event of
at all these Default
Locations is &
between Escalation to
20o + 10o C-DOT and
Centigrade --
Agency
to 20o + 6o Management
Centigrade
continuously
for 40
minutes

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 121


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
Temperature Event of
at all these Default
Locations is &
more than Escalation to
20o + 10o --
C-DOT and
Centigrade
Agency
continuously Management
for 10
minutes
3. CCTV Availability Quarterly >= 99.98% 26 minutes No penalty
Availability = {1-
Continuous 0.2% of the
[(Downtime)
downtime total
/ (Total
for more quarterly
Time –
than 10 service
Maintenance
minutes charges for
Time)]}*100
every device
on an
incremental
basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 122


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
>= 99.95% <= 65 0.2% of the
to < 99.98% minutes to total
> 26 quarterly
minutes of service
downtime charges for
every device
on an
incremental
basis.
>= 99.9% to <= 130 0.3% of the
< 99.95% minutes to total
> 65 quarterly
minutes of service
availability charges for
every device
on an
incremental
basis.
>= 99.8% to <= 259 Event of
< 99.9% minutes to Default
> 130 &
minutes of Escalation to
downtime C-DOT and
Agency
management
4. Availability of Availability Quarterly >= 99.98% 26 minutes No penalty

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 123


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
Access = {1- Continuous 0.2% of the
Control [(Downtime) downtime total
Devices / (Total for more quarterly
Time – than 10 service
Maintenance minutes charges for
Time)]}*100 every
device.
>= 99.95% <= 65 0.2% of the
to < 99.98% minutes to total
> 26 quarterly
minutes of service
downtime charges for
every
device.
>= 99.9% to <= 130 0.3% of the
< 99.95% minutes to total
> 65 quarterly
minutes of service
availability charges for
every
device.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 124


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
>= 99.8% to <= 259 Event of
< 99.9% minutes to Default
> 130 &
minutes of Escalation to
downtime C-DOT and
Agency
management
5. Onsite Access The Agency Quarterly 100% cards No penalty
Card should within 30
Activation maintain an minutes of
inventory of request.
inactivated
access
Delay in 0.001% of
control cards
Card the total
at the NOC.
activation quarterly
Agency --
service
should
charges for a
provide a
delay of 30
facility for
minutes per
card
card on an
activation
incremental
for access to
basis.
the Data
Centre.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 125


Measurement
S.No Measurement Definition Target Impact Penalty
Interval
6. Civil work The Agency Quarterly All repairs 0.001% of
and minor should within 4 the total
repairs maintain hours of quarterly
sufficient reporting the service
inventory to problem at charges for a
carry out the Help delay of
civil and Desk every 30
electrical minutes on
repairs an
without any incremental
disruption to basis.
operations
All 0.01% of the
replacements total
within 4 quarterly
hours of service
reporting the charges for a
problem at delay of
the Help every 4
Desk hours on an
incremental
basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 126


3.1.4 Help Desk Support Services for Data Centre Facilities

Measurement
S.No Measurement Definition Target Penalty
Interval
1. Resolution “Resolution Quarterly 100% calls to No Penalty
Time Time”, means time be resolved
taken by the within 180
Agency staff to minutes
troubleshoot and
Unresolved call 0.01% of the
fix the problem
quarterly
from the time the
service
call has been
charges for
logged at the
every 180
Helpdesk till the
minutes of
time the problem
delay on an
has been fixed.
incremental
basis for
every
unresolved
call.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 127


3.1.5 Compliance & Reporting Procedures

Measurement
S.No Measurement Definition Target Penalty
Interval
1. Submission of The Agency shall Quarterly Report for the No Penalty
MIS Reports submit the MIS previous
reports as defined quarter shall
in Section VIII : be submitted
Scope of Work by the 5th of
the next
quarter
Delay beyond 0.1% of the
the date of quarterly
submission service
charges for
every day‟s
delay on an
incremental
basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 128


Measurement
S.No Measurement Definition Target Penalty
Interval
2. Incident Reporting Any 100% No Penalty
failure/incident on incidents to
any part of the Data be reported to
Centre C-DOT
infrastructure or its within 1 hour
facilities shall be with the
communicated cause, action
immediately to C- and remedy
DOT as an for the
exceptional report incident.
giving details of
Delay beyond 1% of the
downtime, if any.
an hour quarterly
service
charges for
every hour‟s
delay on an
incremental
basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 129


Measurement
S.No Measurement Definition Target Penalty
Interval
Quarterly 100% No Penalty
incident log
to be
submitted to
C-DOT that
comprises
exceptional &
normal
reportable
activities by
5th of every
Quarter for
the previous
quarter.
Delay beyond 0.1% of the
the date of quarterly
submission service
charges for
every day‟s
delay on an
incremental
basis.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 130


Measurement
S.No Measurement Definition Target Penalty
Interval
3. Change Measurement of Quarterly 100% of 0.01% of the
Management quality and changes quarterly
timeliness of should follow service
changes to the Data formal change charges for
Centre facilities control every non-
procedures. compliance.
All changes
need to be
approved by
C-DOT.
All changes 0.01% of the
should be quarterly
implemented service
on time and charges for
as per every non-
schedule & compliance.
without any
disruption to
business.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 131


Measurement
S.No Measurement Definition Target Penalty
Interval
4. Scheduled Measures timely Quarterly 100 % of 0.1% of the
Maintenance maintenance of the scheduled quarterly
equipment installed maintenance service
at the Data Centre. should be charges for
carried out as every non-
per compliance
The Agency shall
maintenance
provide a detailed
plan
equipment
submitted by
maintenance plan
the Agency.
on the
Any
commencement of
scheduled
the project.
maintenance
needs to be
planned and
intimated to
C-DOT at
least 2
working days
in advance.
5. Implementation of Implementation of Half-yearly 100% on time 0.1% of the
Audit audit to be quarterly
Recommendations recommendations implemented service
by C-DOT or its as per charges for
auditor which have timelines every non
been agreed by agreed upon compliance
Agency & C-DOT with C-DOT.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 132


Measurement
S.No Measurement Definition Target Penalty
Interval
to be implemented.

6. Maintenance of The Agency should Quarterly 100% as per 0.1% of the


Inventory maintain an the inventory quarterly
inventory of items log service
that will be committed charges for
required on an and every non
ongoing basis. For maintained by compliance
e.g. tiles, cables Agency.
etc.

3.1.6 Periodic Facility Audits


C-DOT would conduct half-yearly audits to check for the compliance of the Data Centre Facility with all the technical specifications
as outlined in Section VIII - Scope of Work. Any non-compliance to the specifications would qualify the Agency for a penalty. For
every instance of non-compliance (even if it is repetitive in nature) there would be a penalty. The penalty would be levied on an
additive basis and the accumulated total would be deducted from the payment due to the Agency in the following month.
Though C-DOT would conduct audits on a half-yearly basis, surprise checks can be conducted anytime and for any number of times.
Any non-compliance observed during the surprise checks would also qualify the Agency for a penalty. The penalty would be levied on
an additive basis and the accumulated total would be deducted from the payment due to the Agency in the month in which surprise
checks were conducted.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 133


S.No Requirement Measurement Penalty

1. CCTV Surveillance & C-DOT would audit a 1% of the applicable quarter‟s


Security randomly selected payout for every missing record
sample of the CCTV in the randomly selected sample.
records. The Agency
should be able to
produce all the records
at the time of such
audit.

2. Fire Prevention, detection C-DOT would audit 1% of the applicable quarter‟s


& Suppression randomly selected Fire payout for every non-
Extinguishers in the compliance.
Data Centre. The
Agency is expected to
maintain the gas levels
as per specifications
laid out on the Fire
Extinguishers.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 134


4 Issue Management Procedures

4.1 General
Issue Management process provides for an appropriate management structure towards orderly consideration and resolution of business
and operational issues in the event of a quick consensus not reached between C-DOT and Agency.

Implementing such a process at the commencement of services shall significantly improve the probability of successful issue
resolution. It is expected that this pre-defined process will only be used on an exception basis if issues are not resolved at operational
levels.

4.2 Issue Management Procedures


1. Either C-DOT or Agency may raise an issue by documenting the business or technical problem, which presents a reasonably
objective summary of both points of view and identifies specific points of disagreement with possible solutions.
2. The C-DOT and the Agency will determine which committee or executive level should logically be involved in resolution. A chain
of management escalation is defined in Clause 8 of this document.
3. A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented issues will be distributed
to the participants at least 24 hours prior to the discussion if the issue is not an emergency requiring immediate attention.
4. The C-DOT and the Agency shall develop an interim solution, if required, and subsequently the permanent solution for the
problem at hand. The Agency will then communicate the resolution to all interested parties.
5. In case the issue is still unresolved, the arbitration procedures described in the Contract will be applicable.

5 SLA Change Control

5.1 General
It is acknowledged that this SLA may change as C-DOT‟s business needs evolve over the course of the contract period. This
document also defines the following management procedures:

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 135


1. A process for negotiating changes to the SLA.
2. An issue management process for documenting and resolving difficult issues.
3. C-DOT and Agency management escalation process to be used in the event that an issue is not being resolved in a timely manner
by the lowest possible level of management.

Any changes to the levels of service provided during the term of this Agreement will be requested, documented and negotiated in good
faith by both parties. Either party can request a change. Changes will be documented as an addendum to this SLA and, subsequently,
the Contract.

If there is any confusion or conflict between this document and the Contract, the Tender and its addenda, the Contract will supersede.

5.2 SLA Change Process


The parties may amend this SLA by mutual agreement in accordance with terms of this contract. Changes can be proposed by either
party. The Agency can initiate an SLA review with the C-DOT. Normally, the forum for negotiating SLA changes will be C-DOT‟s
monthly meetings. Unresolved issues will be addressed using the issue management process described in Clause 4 of this document.

The Agency shall maintain and distribute current copies of the SLA document as directed by C-DOT. Additional copies of the current
SLA will be made available at all times to authorized parties.

5.3 Version Control


All negotiated SLA changes will require changing the version control number. As appropriate, minor changes may be accumulated
for periodic release (e.g. every quarter) or for release when a critical threshold of change has occurred.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 136


6 Responsibilities of the Parties

6.1 Agency
Agency is responsible for executing this contract and delivering the services, while maintaining the specified performance targets.

Additionally the Agency is responsible for:


 Reporting problems to C-DOT as soon as possible
 Assisting C-DOT in management of the SLA
 Providing early warning of any organizational, functional or technical changes that might affect Agency‟s ability to deliver
the services.
 Assisting C-DOT to address and resolve issues from time to time.

Agency shall take immediate action to identify problems and follow up with appropriate action to fix them as quickly as possible

6.2 C-DOT
C-DOT is responsible for:

 Reporting defects and problems to the Agency as soon as possible


 Assisting Agency in management of the SLA
 Providing early warning of any organizational, functional or technical changes that might affect Agency‟s ability to deliver
the services
 Assisting Agency to address and resolve issues from time to time

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 137


7 Penalties
Two consecutive quarterly deductions of more than 20 % of the applicable fee on account of any reasons, will be deemed to be an event of
default and termination as per below:
The failure on the part of the Agency to perform any of its obligations or comply with any of the terms of this Contract shall constitute an
Event of Default on the part of the Agency. The events of default may include inter-alia the following:

a. the Agency has failed to perform any instructions or directives issued by the Purchaser which it deems proper and necessary to execute the
scope of work under the Contract, or

b. the Agency has failed to adhere to any of the key performance indicators as laid down in the Key Performance Measures / Contract, or if
the Agency has fallen short of matching such standards/targets as the Purchaser may have designated with respect to any task necessary for
the execution of the scope of work under this Contract. The above mentioned failure on the part of the Agency may be in terms of failure to
adhere to timelines, specifications, requirements or any other criteria as defined by the Purchaser;

c. the Agency has failed to remedy a failure to perform its obligations in accordance with the specifications issued by the Purchaser, despite
being served with a default notice which laid down the specific deviance on the part of the Agency to comply with any stipulations or
standards as laid down by the Purchaser; or

d. the Agency/Agency‟s Team has failed to conform with any of the Service/Facility Specifications/standards as set out in the scope of work
of this Tender document or has failed to adhere to any amended direction, modification or clarification as issued by the Purchaser during the
term of this Contract and which the Purchaser deems proper and necessary for the execution of the scope of work under this Contract

e. the Agency has failed to demonstrate or sustain any representation or warranty made by it in this Contract, with respect to any of the terms
of its Bid, the Tender and this Contract

f. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator, assignee, or similar official
against or in relation to the Agency.

g. The Agency/Agency‟s Team has failed to comply with or is in breach or contravention of any applicable laws.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 138


 Where there has been an occurrence of such defaults inter alia as stated above, the Purchaser shall issue a notice of default to the
Agency, setting out specific defaults / deviances / omissions and providing a notice of Thirty (30) days to enable such defaulting party
to remedy the default committed.
 Where despite the issuance of a default notice to the Agency by the Purchaser the Agency fails to remedy the default to the
satisfaction of the Purchaser, the Purchaser may, where it deems fit, issue to the defaulting party another default notice or proceed to
adopt such remedies as may be available to the Purchaser.

7.1 Consequences of Event of Default

 Where an Event of Default subsists or remains uncured the Purchaser may/shall be entitled to:
 Impose any such obligations and conditions and issue any clarifications as may be necessary to inter alia ensure smooth continuation
of Services and the project which the Agency shall be obliged to comply with which may include unilateral re-determination of the
consideration payable to the Agency hereunder. The Agency shall in addition take all available steps to minimize loss resulting from
such event of default.

The Purchaser may, by a written notice of suspension to the Agency, suspend all payments to the Agency under the Contract, provided that
such notice of suspension:

i. Shall specify the nature of the failure; and

ii. Shall request the Agency to remedy such failure within a specified period from the date of receipt of such notice of suspension by
the Agency

 Where the Purchaser deems necessary, it shall have the right to require replacement of any of the Agency‟s sub-contracors / vendors
with another suitable member. The Agency shall in such case terminate forthwith all their agreements/contracts other arrangements
with such member and find of the suitable replacement for such outgoing member with another member to the satisfaction of the
Purchaser, who shall execute such Contracts with the Purchaser as the Purchaser may require. Failure on the part of the Agency to find
a suitable replacement and/or terminate all agreements/contracts with such member, shall amount to a breach of the terms hereof and
the Purchaser in addition to all other rights, have the right to claim damages and recover from the Agency all losses/ or other damages
that may have resulted from such failure.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 139


7.2 Recovery in the event of default
 Retain such amounts from the payment due and payable by the Purchaser to the Agency as may be required to offset any losses caused
to the Purchaser as a result of such event of default and the Agency shall compensate the Purchaser for any such loss, damages or
other costs, incurred by the Purchaser in this regard. Nothing herein shall effect the continued obligation of the subcontractor / other
members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being
performed before the occurrence of the default.

 Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such
other costs/losses and other amounts from the Agency may have resulted form such default and pursue such other rights and/or
remedies that may be available to the Purchaser under law.

7.3 Termination

 The Purchaser may, terminate this Contract in whole or in part by giving the Agency a prior and written notice indicating its intention to
terminate the Contract under the following circumstances:

a. Where the Purchaser is of the opinion that there has been such Event of Default on the part of the Agency which would make it
proper and necessary to terminate this Contract and may include failure on the part of the Agency to respect any of its
commitments with regard to any part of its obligations under its Bid, the Tender or under this Contract.

b. Where it comes to the Purchaser‟s attention that the Agency (or the Agency‟s Team) is in a position of actual conflict of interest
with the interests of the Purchaser, in relation to any of terms of the Agency‟s Bid, the Tender or this Contract

c. Where the Agency‟s ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever,
including inter-alia the filing of any bankruptcy proceedings against the Agency, any failure by the Agency to pay any of its dues
to its creditors, the institution of any winding up proceedings against the Agency or the happening of any such events that are
adverse to the commercial viability of the Agency. In the event of the happening of any events of the above nature, the Purchaser
shall reserve the right to take any steps as are necessary, to ensure the effective transition of the project to a successor
agency/service provider, and to ensure business continuity

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 140


d. Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the Agency,
without compensation to the Agency, if the Agency 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.

e. Termination for Convenience: The Purchaser, may, by prior written notice sent to the Agency at least 6 months in
advance, 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 Agency may, subject to approval by the Purchaser, terminate this Contract before the expiry of the term by giving the
Purchaser a prior and written notice at least 12 months in advance indicating its intention to terminate the Contract.

7.4 Consequences of Termination

 In the event of termination of this contract due to any cause whatsoever, the Agency may be blacklisted and the empanelment
with stand cancelled effective from the date of termination of this contract.

 In the event of termination of this Contract due to any cause whatsoever, [whether consequent to the stipulated Term of the
Contract or otherwise] the Purchaser shall be entitled to impose any such obligations and conditions and issue any clarifications as
may be necessary to ensure an efficient transition and effective business continuity of the project which the Agency shall be
obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow and
provide all such assistance to the Purchaser and/or the successor agency/service provider, as may be required, to take over the
obligations of the erstwhile Agency in relation to the execution/continued execution of the scope of this Contract.

 Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of the Agency or due to the
fact that the survival of the Agency as an independent corporate entity is threatened/has ceased, or for any other reason,
whatsoever, the Purchaser through unilateral re-determination of the consideration payable to the Agency shall pay the Agency
for that part of the Services which have been authorized by the Purchaser and satisfactorily performed by the Agency up to the
date of termination. Without prejudice any other rights, the Purchaser may retain such amounts from the payment due and payable
by the Purchaser to the Agency as may be required to offset any losses caused to the Purchaser as a result of any act/omissions of
the Agency. In case of any loss or damage due to default on the part of the Agency in performing any of its obligations with
regard to executing the scope of work under this Contract, the Agency shall compensate the Purchaser for any such loss, damages

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 141


or other costs, incurred by the Purchaser. Additionally, the subcontractor / other members of its team shall perform all its
obligations and responsibilities under this Contract in an identical manner as were being performed before the collapse of the
Agency as described above in order to execute an effective transition and to maintain business continuity. All thirdparties shall
continue to perform all/any functions as stipulated by the Purchaser and as may be proper and necessary to execute the scope of
work under the Contract in terms of the Agency‟s Bid, the Tender and this Contract.

 Nothing herein shall restrict the right of the Purchaser to invoke the Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to the Purchaser under law.

 The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of
this Contract that are expressly or by implication intended to come into or continue in force on or after such termination

8 Management Escalation Procedures & Contact Map


The purpose of this escalation process is to provide a quick and orderly method of notifying both parties that an issue is not being
successfully resolved at the lowest possible management level. Implementing this procedure would mean that C-DOT and Agency
management are communicating at the appropriate levels.

8.1 Escalation Procedure


Escalation should take place on an exception basis and only if successful issue resolution cannot be achieved in a reasonable time
frame.

9 Either C-DOT or Agency can initiate the procedure

10 The “moving party” should promptly notify the other party that management escalation will be initiated

11 Management escalation will be defined as shown in the contact map below

12 Escalation will be one level at a time and concurrently

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 142


12.1 Contact Map
Department Representative with Agency* Representative
Escalation Level
contact Details with contact Details
Level 1: Project
Manager
Level 2: Project
Director
Level 3: Steering
Committee

*Agency shall provide information for the following:


a) Chief Executive Officer
b) Project Manager
c) Data Centre Manager
d) Team Members/ Engineers

13 Acceptance of SLA

IN WITNESS WHEREOF, the parties hereto have caused this Service Level Agreement vide Tender No. C-DOT/DATA
CENTER/Dated to be executed by their respective authorized representatives.

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 143


For and on behalf of: For and on behalf of:

_________________Agency ______________C-DOT

Place: ____________________ Place: ______________________

Date: ____________________ Date: ______________________

Name: ____________________ Name: ______________________

Title: _____________________ Title: _______________________

Office Seal: ________________ Office Seal: __________________

--------------------- End of the Document --------------------------

Tender for setting-up of Data Centre at C-DOT, Bangalore Page 144

S-ar putea să vă placă și