410
Software Technology Parks of India C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307 URL: www.bbs.stpi.in

Modified RFP Download

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Modified RFP Download

Software Technology Parks of India

C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307

URL: www.bbs.stpi.in

Page 2: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 1

MODIFIED REQUEST FOR PROPOSAL

For

Selection of System Integrator for Design, Build and O&M of Data Centre for STPI-Bhubaneswar

Tender No: 163/Part-IV/ (20)/1518/STPI-BH/2018

Date: 23/07/2018

Software Technology Parks of India

C-Ground Zero, Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358, Fax: +91-674-2302307

URL: www.bbs.stpi.in

Page 3: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 2

Table of Contents

1 Fact Sheet .............................................................................................................................................. 8

2 Acronyms ............................................................................................................................................ 10

3 About Software Technology Parks of India (STPI): .............................................................................. 12

4 Background of the project .................................................................................................................. 13

5 Objective & Brief Scope of Work ........................................................................................................ 17

5.1 Objective ................................................................................................................................. 17

5.2 Brief Scope of Work ................................................................................................................ 17

5.3 Cloud Implementation ............................................................................................................ 19

6 Invitation for Bids ................................................................................................................................ 21

6.1 EMD & Tender Fees ................................................................................................................ 21

6.2 Pre-Qualification Criteria ........................................................................................................ 22

6.3 Technical Evaluation Criteria................................................................................................... 25

6.4 Pre-bid Meetings Clarification ................................................................................................ 28

6.5 Responses to pre-proposal queries and issue of corrigendum .............................................. 29

6.6 Amendment of Proposals: ...................................................................................................... 29

6.7 Language of Proposal & Correspondence: .............................................................................. 29

6.8 Period of validity of Proposals: ............................................................................................... 29

6.9 Proposal prices ........................................................................................................................ 30

6.10 Right to terminate the process ............................................................................................... 30

6.11 Earnest money deposit ........................................................................................................... 30

6.12 Submission of the Proposal:.................................................................................................... 31

6.13 Completeness of Tender Offer: ............................................................................................... 34

6.14 Deadline for Submission of Proposals: ................................................................................... 34

6.15 Modification and withdrawal of bids ...................................................................................... 34

6.16 Opening of proposals by STPI: ................................................................................................ 34

6.17 STPI's Right to accept and to reject any or all proposals: ....................................................... 35

6.18 Rejection of Bids ..................................................................................................................... 35

6.19 Evaluation Process .................................................................................................................. 35

Page 4: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 3

6.20 Tender evaluation ................................................................................................................... 36

6.21 Notification of Acceptance of Proposal: ................................................................................. 37

6.22 Contacting STPI ....................................................................................................................... 37

7 General Conditions of Contract .......................................................................................................... 38

7.1 Definitions ............................................................................................................................... 38

7.2 Award of contract ................................................................................................................... 40

7.3 Execution of contract .............................................................................................................. 40

7.4 Duration of contract ................................................................................................................ 40

7.5 Performance Bank Guarantee................................................................................................. 41

7.6 System Integrator’s Obligation ............................................................................................... 41

7.7 Knowledge of Site Conditions: ................................................................................................ 42

7.8 Termination clause .................................................................................................................. 42

7.9 Liquidated damages (LD) ......................................................................................................... 43

7.10 Service Level and Penalty ........................................................................................................ 43

7.11 Category of SLA’s..................................................................................................................... 44

7.12 Dispute resolution and Arbitration ......................................................................................... 44

7.13 Force Majeure ......................................................................................................................... 45

7.14 Failure to agree with terms & conditions of the contract ...................................................... 45

7.15 Indemnity ................................................................................................................................ 46

7.16 Fraud and Corrupt practices ................................................................................................... 46

7.17 Exit Management Plan ............................................................................................................ 47

7.18 Law Governing Contract.......................................................................................................... 49

7.19 Notices .................................................................................................................................... 49

7.20 Taxes and Duties ..................................................................................................................... 49

7.21 Insurance ................................................................................................................................. 49

7.22 Reporting Progress: ................................................................................................................. 50

7.23 STPI Obligation ........................................................................................................................ 50

7.24 Statutory requirements .......................................................................................................... 50

7.25 Price Revision .......................................................................................................................... 50

7.26 Limitations of Liability ............................................................................................................. 50

7.27 “No Claims” certificate ............................................................................................................ 50

7.28 Relationship between the Parties ........................................................................................... 51

7.29 No Assignment ........................................................................................................................ 51

7.30 Entire Contract ........................................................................................................................ 51

7.31 Modification ............................................................................................................................ 51

7.32 Application .............................................................................................................................. 51

Page 5: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 4

7.33 Jurisdiction of courts ............................................................................................................... 51

7.34 Confidentiality ......................................................................................................................... 51

7.35 Right of monitoring, Inspection and Audit .............................................................................. 52

7.36 Information Security ............................................................................................................... 52

7.37 Publicity ................................................................................................................................... 52

7.38 Acceptance Tests .................................................................................................................... 53

7.39 Patents .................................................................................................................................... 53

7.40 Commencement of Operations .............................................................................................. 54

7.41 Up keeping of the equipment ................................................................................................. 54

7.42 Employees of the System Integrator (Implementation & Operations Team) ......................... 54

7.43 Statutory and other obligations regarding Workmen ............................................................ 54

7.44 Safety Regulations ................................................................................................................... 55

7.45 Warranty of Equipment .......................................................................................................... 55

7.46 OEM Certification .................................................................................................................... 56

7.47 O&M and AMC of Equipment ................................................................................................. 56

7.48 Performance & Spares ............................................................................................................ 56

7.49 Ownership of Documents: ...................................................................................................... 57

7.50 Manpower deployment .......................................................................................................... 57

7.51 Project Timelines ..................................................................................................................... 60

7.52 Payment Schedule ................................................................................................................... 61

8 Design considerations for the STPI Data Centre ................................................................................. 63

8.1 Location and Environment .......................................................................................................... 63

8.2 Functional Areas ......................................................................................................................... 63

8.2.1 Datacentre .............................................................................................................................. 63

8.2.2 HT/Transformer yard .............................................................................................................. 64

8.3 Server Farm ................................................................................................................................. 64

8.4 Power Supply Distribution .......................................................................................................... 65

8.5 Cooling ........................................................................................................................................ 66

8.6 Safety and Security Systems ....................................................................................................... 66

8.6.1 Fire detection and suppression coverage requirement .......................................................... 68

8.7 Passive Network Cabling ............................................................................................................. 70

8.8 Phase -1 and Phase 2 & 3 Components ...................................................................................... 70

8.9 Design Guidelines ........................................................................................................................ 71

9 Scope of Work ..................................................................................................................................... 72

9.1 Data Centre Building ................................................................................................................... 72

9.1.1 Civil Works............................................................................................................................... 72

Page 6: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 5

9.1.2 Electrical System: .................................................................................................................... 72

9.1.3 Cooling System: ....................................................................................................................... 74

9.1.4 Safety and Security System: .................................................................................................... 74

9.1.5 Monitoring System: ................................................................................................................. 74

9.1.6 Racks and PDU: ....................................................................................................................... 75

9.1.7 Structured Cabling: ................................................................................................................. 75

9.1.8 Active Component: ................................................................................................................. 76

9.1.9 Cloud Solution Component: .................................................................................................... 76

9.1.10 Site Miscellaneous: ................................................................................................................. 88

9.1.11 Statutory Compliance: ............................................................................................................ 88

10 Technical Specification ........................................................................................................................ 91

10.1 Civil ...................................................................................................................................................... 91

10.1.1 Raised Floor ............................................................................................................................. 91

10.1.2 Suspended Ceiling ................................................................................................................... 93

10.1.3 Fire Rated Partition ................................................................................................................. 94

10.1.4 Fire Rated Doors...................................................................................................................... 95

10.1.5 Internal Glass Window ............................................................................................................ 96

10.1.6 Interior Painting ...................................................................................................................... 97

10.2 Electrical System ................................................................................................................................. 98

10.2.1 Ring Main Unit ........................................................................................................................ 98

10.2.2 Package Substation ............................................................................................................... 102

10.2.3 Electrical Panel ...................................................................................................................... 111

10.2.4 Capacitor Bank ...................................................................................................................... 117

10.2.5 Floor PDU .............................................................................................................................. 120

10.2.6 DG Synchronization Panel ..................................................................................................... 122

10.2.7 Air Circuit Breaker ................................................................................................................. 123

10.2.8 Molded case Circuit Breaker ................................................................................................. 126

10.2.9 Energy Meter/MFM Meter ................................................................................................... 132

10.2.10 TVSS ................................................................................................................................... 135

10.2.11 Diesel Generator ............................................................................................................... 136

10.2.12 Uninterrupted Power Supply ............................................................................................ 153

10.2.13 Bus-bar Trunking ............................................................................................................... 162

10.2.14 LT Cables & Wiring ............................................................................................................ 165

10.2.15 Grounding System ............................................................................................................. 168

10.2.16 Lighting .............................................................................................................................. 171

10.2.17 Power cable Tray ............................................................................................................... 174

Page 7: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 6

10.3 Cooling System .................................................................................................................................. 175

10.3.1 Precision Air Conditioner ...................................................................................................... 175

10.3.2 Cold Aisle Containment ......................................................................................................... 183

10.3.3 Variable Refrigerant Flow (VRF Air Conditioner) .................................................................. 184

10.3.4 Perforated Tiles ..................................................................................................................... 185

10.4 Safety and Security System ............................................................................................................... 187

10.4.1 Fire Alarm & Detection System ............................................................................................. 187

10.4.2 High Sensitivity Smoke Detection System ............................................................................. 199

10.4.3 Public Address System .......................................................................................................... 205

10.4.4 Gas Based Fire Suppression System ...................................................................................... 212

10.4.5 Water Leakage Detection System ......................................................................................... 218

10.4.6 Rodent Repellent system ...................................................................................................... 222

10.4.7 Access Control System .......................................................................................................... 224

10.4.8 CCTV ...................................................................................................................................... 237

10.5 Building Management System .......................................................................................................... 250

10.6 Rack and PDU .................................................................................................................................... 271

10.6.1 Rack ....................................................................................................................................... 271

10.6.2 PDU (32 A & 16 A) ................................................................................................................. 273

10.7 Fibre and Copper Cabling .................................................................................................................. 276

10.7.1 Fibre Cable ............................................................................................................................ 277

10.7.2 Copper Cable ......................................................................................................................... 280

10.7.3 Copper CAT 6A Modular Jack ................................................................................................ 282

10.7.4 Copper Patch Cord ................................................................................................................ 284

10.7.5 Copper Patch Panel ............................................................................................................... 285

10.7.6 Hybrid Patch Panel ................................................................................................................ 285

10.8 Fibre and Copper Containment ........................................................................................................ 287

10.8.1 Fibre Runner .......................................................................................................................... 287

10.8.2 Copper wire-mesh ................................................................................................................. 288

10.9 Active Components ........................................................................................................................... 289

10.9.1 Router ................................................................................................................................... 289

10.9.2 Core switch ............................................................................................................................ 291

10.9.3 Leaf Switch ............................................................................................................................ 298

10.9.4 Next Generation Firewall ...................................................................................................... 303

10.9.5 Blade Chassis with Server ..................................................................................................... 313

10.9.6 NMS and Helpdesk Management System ............................................................................. 316

10.9.7 Endpoint Security .................................................................................................................. 321

Page 8: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 7

10.9.8 Hyper Converged Infrastructure ........................................................................................... 326

10.9.9 Cloud Management Platform................................................................................................ 330

10.9.10 Software Defined Networking .......................................................................................... 340

11 Project Management ........................................................................................................................ 346

11.1.1 Testing and Commissioning .................................................................................................. 348

11.1.2 Final Acceptance Testing ....................................................................................................... 348

11.1.3 Training ................................................................................................................................. 349

11.1.4 Documentation ..................................................................................................................... 350

12 Health Safety Environment ............................................................................................................... 351

13 Operation & Maintenance ................................................................................................................ 353

Proforma and Schedules ........................................................................................................................... 375

Annexure 1: Earnest Money Deposit – Forwarding Letter ................................................................... 375

Annexure 2: Bank Guarantee Format for furnishing Earnest Money Deposit ...................................... 377

Annexure 3: Proposal submission check-List ........................................................................................ 379

Annexure 4: Declaration regarding acceptance of Terms & Conditions of RFP ................................... 383

Annexure 5: Declaration regarding clean track record ......................................................................... 384

Annexure 6: Company Profile ............................................................................................................... 385

Annexure 7: Format for providing CV for each project team member ................................................ 386

Annexure 8: Format for providing organization experience ................................................................ 389

Annexure 9: Detailed timeline and work Plan ...................................................................................... 390

Annexure 10: Resource deployment plan ............................................................................................ 391

Annexure 11: Authorization letter from Original Equipment Manufacturer (OEM) ............................ 392

Annexure 12: Commitment letter of support from Original Equipment Manufacturer (OEM) ........... 394

Annexure 13: Software manufacturer authorization and support form .............................................. 396

Annexure 14: Format for Bill of Material .............................................................................................. 398

Annexure 15: Format for Bill of Quantity ............................................................................................. 399

Annexure 16: Proforma for Bank Guarantee (PBG) towards performance security ............................ 400

Annexure 17: Format of Commercial Proposal Document ................................................................... 403

Annexure 18: Commercial Format ........................................................................................................ 406

Annexure 19: Draft Contract Agreement .............................................................................................. 407

Appendix 20: Format for Power of Attorney for Signing of Proposal ................................................... 409

Page 9: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 8

1 Fact Sheet

Sl. No Particulars Details

01 Proposal inviting agency Software Technology Parks of India,

Bhubaneswar

02 Start date of Uploading

document

10/06/2018

03 Proposal Document Fee Rs.25,000/- + GST @ 5% in form of DD /

Bankers’ Cheque in favour of “Software

Technology Parks of India” payable at

Bhubaneswar from a nationalized / scheduled

commercial bank in India.

04 Last date and time for

Submission of Queries

seeking clarification

18/06/2018 by 04.00 PM

05 The contact information

for requesting

clarifications/

Queries/Site Visit is

Mr. Susil Sethy, Dy. Director

STPI, C-Ground Zero, Fortune Towers, C.S.

Pur, Bhubaneswar-751023, Odisha

Phone:+91-674-2300412/413/787

Fax: +91-674-2302307,

E-mail: [email protected]

06 Pre-bid meeting 20/06/2018 at 3.30 PM

07 Last date and time for

submission of proposal

21/08/2018 by 02.00 PM

08 EMD/Proposal Security

amount

Rs.30,00,000/- ( Thirty Lakhs only) in shape of

Fixed Deposit Receipt/Bank Guarantee in the

prescribed format in favour of “Software

Technology Parks of India” payable at

Bhubaneswar from a nationalized / scheduled

commercial bank in India.

09 Opening of proposal 23/08/2018 by 04.00 PM

10 Date for technical

presentation

To be intimated later.

Page 10: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 9

Sl. No Particulars Details

11 Opening of financial

proposal (for technically

qualified bidders)

To be intimated later.

12 Language of the proposal This proposal should be filled in English

language only. If any supporting documents are

to be submitted, in any other language other

than English, then translation of the same in

English language, attested by the bidder should

be attached.

13 Proposal currency Prices shall be quoted in Indian Rupees (INR)

Page 11: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 10

2 Acronyms

Acronyms Definitions

AMC Annual Maintenance Contract

AoA Article of Association

ACB Air Circuit Breaker

AT Acceptance Testing

BMS Building Management System

BoM Bill of Material

BOQ Bill of Quantity

Capex Capital Expenditure

CCTV Close Circuit Television

CCNA Cisco Certified Network Administrator

CCNP Cisco Certified Network Professionals

CISA Certified Information Systems Auditor

CISSP Certified Information Systems Security Professional

DHCP Dynamic Host Configuration Protocol

DNS Domain Name System

SI System Integrator

MEITY, GoI Ministry of Electronics and Information Technology

DR Disaster Recovery

EMS Enterprise Management Software

FAT Final Acceptance Testing

FTP File Transfer Protocol

GoI Government of India

GoO Government of Odisha

HLD High Level Design

HPC High Performance Computing

HVAC Heating Ventilation & Air Conditioning

IBMS Integrated Building Management System

IAAS Infrastructure as a Service

INR Indian Rupee

ISO International Organization for Standards

Page 12: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 11

ISP Internet Service Provider

IPS Intrusion Detection System

ITIL Information Technology Infrastructure Library

ITSM IT Service Management

LAN Local Area Network

LOI Letter of Intent

MCCB Moulded Case Circuit Breaker

MPLS Multiprotocol Label Switching

MoU Memorandum of Understanding

NIPS Network Intrusion Prevention System

NMS Network Management Server

NOC Network Operations Centre

OEM Original Equipment Manufacturers

PAC Precision Air Conditioning

POI Point of Interconnect

PBG Performance Bank Guarantee

QOS Quality of Services

SAN Storage Area Network

STPI DC STPI Data Centre

SLA Service Level Agreement

SOC Security Operations Centre

SNMP Simple Network Management Protocol

SPOC Single Point of Contact

STPI Software Technology Parks of India

SLA Service Level Agreement

TCP Transmission Control Protocol

UPS Un-interrupted Power Supply

UTM Unified Threat Management

VESDA Very Early Smoke Detection Apparatus

VRF Virtual Routing & Forwarding

VCB Vacuum Circuit Breaker

WAN Wide Area Network

WLD Water Leak Detection System

Page 13: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 12

3 About Software Technology Parks of India (STPI):

Software Technology Parks of India (STPI) was established in the year of 1991 by Ministry

of Communications & IT, under Department of Electronics & IT, (The then Department of

Electronics) Govt. of India with distinct focus for promotion of IT/ITeS exports from the

country by providing single window regulatory services under STP & EHTP schemes, plug &

play incubation facilities for the start-up companies and young entrepreneurs as well as High

Speed Data communication services for a seamless access for offshore IT/ITeS exports. STPI

has been successfully delivering Statutory services to the IT/ITeS industries in most industry

friendly environment and has earned the goodwill of the industry for its liberal style of

functioning. A fact that is aptly proven by the stupendous growth in exports by STP units from

Rs. 52 crores in 1992-93 to a staggering Rs. 3,19,569 Crores till 2015-16.

Working closely with all the stakeholders STPI has played a key role in creating Brand India

and transforming the country as most preferred IT destination. STPI has also played a

phenomenal role in promoting Tier-II/ cities of the Country. Out of 57 STPI centres, 46

Centres are in Tier-II locations with an objective of a uniform and overall development of

IT/ITES exports across the country.

STPI has also been instrumental in promoting IT exports from the state of Odisha. Over the

years STPI has put new milestones in IT exports of the State. STPI is instrumental for

attracting blue chip IT companies and played phenomenal role in the growth IT exports from

the State, which recorded around Rs.3400 crores during 2016-17 putting the State in

commendable position in the IT Map of the Country. STPI’s efforts have created huge direct

and indirect employments and overall development of economy of the state.

Page 14: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 13

4 Background of the project

In line with the global trends, the Indian data centre market is buoyed by the positive

sentiments in the economy and the strong resurgence of growth-related projects across

verticals such as banking, insurance, telecom and the government. According to research firm

Gartner, Indian data centre infrastructure market, comprising of server, storage and

networking equipment saw a 5.4 % increase to $2.03 billion in 2015. STPI has always

provided unique tailor made solutions for various problems of its customers. STPI brand name

is trusted and proven, therefore, it can leverage its brand value to build and sell data centre

space to Govt. as well as private customers.

The Information Technology (IT) and Information Technology Enabled Services (ITES) and

the Electronic Hardware units have acted as a bulwark for turning India into an IT superpower

over past 20 years. The sector has aggregated revenue of USD 142 billion in FY 2015-16.This

sector is highly export intensive and about 70% of the total revenue is generated through

exports.

India with its qualified technical work force has earned a name for itself on a global scale in

the arena of IT and ITES. With emergence of e-Governance initiatives across the country,

there is adoption of e-Governance to improve accessibility, transparency and efficiency in

every sphere of Government activities. The Government aims to leverage Information

Technology for deployment of citizen friendly e-Governance applications to make it possible

for millions of citizens to access services electronically in self-service mode using mobile

phones and the Internet or through assisted service points. With wider implementation of e-

Governance Projects by the Government and Private as well as Corporate, requirement of

secure storage of data is growing exponentially.

Why Bhubaneswar?

A land of opportunities, the State of Odisha, has already scaled enviable heights of

achievements in IT exports, churning out IT professionals, creating IT infrastructure etc.

Odisha is the only destination in the Eastern India where all IT majors such as Infosys, TCS,

Wipro, Tech Mahindra and Mindtree have set up their Development Centres. Bhubaneswar

was among first three cities along with Pune & Bangalore where Govt. of India had established

STPI centres during the year 1991. The IT major Infosys was set up its first offshore

Development at Bhubaneswar outside Karnataka during the year 1996.

According to NASSCOM -AT Kearney Study Report, Bhubaneswar was among top 15 Level II

cities, which can comfortably challenge the leaders. All the locations were analysed on the

parameters like talent pool available, infrastructure, social environment, business enablers,

Government support and cost of operations. Bhubaneswar has emerged as No. 1 in the smart

city challenge among 97 cities in the country and is the 3rd best city in India to do business

(World Bank)

Page 15: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 14

Endowed with rich mineral resources and surplus power, the State of Odisha has attracted

investment intentions to the tune of over US$100 billion to be spread over next 7-10 years in

sectors like metals, petrochemicals, power, IT, hospitality and higher education. Business

conglomerates like Tatas, Aditya Birla, Jindal, Vedanta, Reliance, and ADAG have made

Odisha their destination of Choice. These investments in turn would create newer

opportunities and market for local IT industries. Today, the state has caught the eyeball of

the business world and is home to several Indian and global industry leaders who have found

their preferred turf to take on the world from here.

Software Technology Parks of India (STPI) has spearheaded for last two decades in providing

Data communication and value added services which includes high speed internet leased lines,

storage and business continuity services, web hosting and collocation and disaster

management services etc. STPI has contributed significantly catering the need of IT/ITES

Industries and building a strong foundation for better and more transparent governance and

assisting the Government's endeavour to reach the unreached.

With the increased expectations from citizens for online services and the number of

automation projects being launched by the Government and private as well as corporate

clients, the data centre requirements are growing exponentially. There is a need to set up

strategic infrastructure that facilitates high availability, quick scalability, efficient

management & optimized utilization of resources.

To fulfil this requirement, STPI-Bhubaneswar intends to set up state-of-the-art Tier III

standard Data Centre at Bhubaneswar. This Data Centre will cater to the need of Govt. / PSUs

/ Institutions/ Industries and other agencies alike.

The deployment of Tier III standard data centre in Bhubaneswar will serve as a central data

repository; secure data storage services, online delivery of citizen centric services, disaster

recovery facilities, remote management and service integration to enable the

Government/MNCs/Private organizations to host their public/private data to be used by users

locally/globally.

Proposed Data Centre details:

The DC will be built on the second floor of the STPI Elite building. The DC is proposed to have

a total area of 7500 sq. ft. out of which approx. 3500 sq. ft. will be server farm area including

Network & POI rooms.

The data centre capacity has been planned to accommodate more than hundred (100) 42U

racks to take care of the STPI requirements for the next 10 years. The site preparation at

second floor of the STPI Elite building will be carried out as per industry best practices for

Data Centre. The proposed data centre shall give rack space and the premium data centre

infrastructure services to the concerned Departments/PSUs/ Govt. agencies and business

entities in an environment that meets the need for reliability, availability, scalability, security

and serviceability.

Page 16: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 15

It is envisaged that the proposed data centre will offer best-in-class services including

dedicated server hosting, managed and unmanaged services and co-location services.

Implementation will be done in two stages involving the Non- IT equipment and IT equipment

and tools.

Cloud Requirement:

STPI has also envisioned a transformation of the current STPI DC to a Cloud Enabled Data

Center which would offer services to the end customers / line departments on a cloud

chargeback model. The motive behind the vision is leveraging the properties of cloud

operations that can proactively avoid performance issues and gain deep insights into the

health, risk and efficiency of virtual and physical cloud infrastructure, as well as operating

systems and applications. Cloud operations would also allow to manage capacity and cost

metering of cloud services, and thus track usage, true costs, and the value of leveraging each

service.

The desirable capabilities of Cloud Enabled Data Center as envisioned by STPI would require:

o Unified life cycle management for the overall cloud solution with enterprise class

support.

o Future proof to adopt technology changes and innovation.

o Open Standards and Open Source based private cloud landscape.

o Should have a capability to manage cross platform virtualization with cloud

management platform.

o OpenStack/Open Source based framework for the complete cloud deployment.

o Single and Unified run-time environment.

o The solution should start with IaaS services and be able to scale to PaaS and SaaS

when desired.

o It should have capability to manage hybrid cloud environment.

o It should support generic x86 environment and leading hardware OEMs

o Data Driven & Ready for the unpredictable growth and scale

o Contain a set of cloud services that an end user can request (through a web self-

service portal).

o Act as the ordering portal for cloud end users, including pricing and service-level

commitments and the terms and conditions for service provisioning.

o Have a self-service look and feel; that is, it provides the ability to select service

offerings from the cloud service catalog and generate service requests to have

instances of those offerings fulfilled.

o Contain features and characteristics that can be configured (and preferably priced

Page 17: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 16

based upon a "cloud chargeback" mechanism) to fulfil a particular need.

o Serve as the provisioning interface to automated service fulfilment using a cloud

orchestration subsystem.

Page 18: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 17

5 Objective & Brief Scope of Work

5.1 Objective

With the increased expectations from citizens for online services and the number of e-

Governance Projects, SMART city project and other large scale projects being launched by the

Government and as well as Corporate clients, the Data Centre requirements are growing

exponentially. There is a need to set up strategic infrastructure that facilitates high

availability, quick scalability, efficient management & optimized utilization of resources.

The vision of the project can be defined as “To be the preferred option for all ICT application

hosting needs of Government and Public Sector Undertakings in Odisha by providing flexible,

on-demand managed services and thus simplifying IT infrastructure provisioning and

operational efficiencies of the Government

To fulfil this requirement, STPI-Bhubaneswar intends to set up state-of-the-art Tier III

standard Data Centre at Bhubaneswar to cater the need of Industries and other agencies.

Based upon the business and technical requirements, customers may select from various

range of services tailor made for the customers such as co-location services, managed

services as well as cloud and DR services, which are planned to be offered, based on the

requirement of the customers.

The main objective of the project are listed below:

• Virtualization and 100% Cloud Model adoption

• On demand services – Managed Services, Cloud Services

• Improved Redundancy at each level (Compute, Storage, Network, Non-IT Infra)

• Optimal utilization of resources

• Efficient Governance structure

• Single point Helpdesks and faster resolution TAT

5.2 Brief Scope of Work

The scope of the project is given below:

Turnkey implementation of the Data centre at Second Floor, STPI Elite Building, Gothapatna,

Bhubaneswar with the following subsystems:

Civil and Interiors comprising construction of fire rated partitions, Suspended ceiling,

raised flooring, Transformer and DG Set foundation and respective fencing work and

associated works as per specifications and scope.

Comfort Air-conditioning system: Design, supply, installation, testing and commissioning

of cassette air-conditioning system for DC - NOC room,2nd floor panel room, staging

room, manager room, Meeting room, Battery Room and POI room

Supply Installation, testing and commissioning of HT Electrical systems including HT

breakers ring main circuit, transformers, and accessories and associated works as per the

design criteria, SLD and specifications.

Page 19: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 18

Supply, installation, testing and commissioning of Diesel Generators, DG synchronization

panels, Underground fuel tanks and Day tank as per design criteria, SLD and

specifications.

Construction of powerhouse for housing HT breakers and LT Panels. Space for LT panel

room shall provide in basement so construction of room is not required. HT breaker panel

located perimeter of the building so bidder has to provide the fence for transformer yard,

DG yard and HT panel yard.

UPS and Power Distribution System comprising supply, installation, testing and

commissioning of UPS system, LT panels, power distribution and earthing as per

specifications.

Supply, installation, testing and commissioning of Precision Air-conditioning System for

the server room, Network and Basement Electrical UPS room for phase-1.

Supply and installation of cold aisle containment for server room area for phase -1 as per

the design layout.

Safety and Security System: Design, supply, installation, testing and commissioning of

security systems (Phase-1) comprising the following components:

o Fire alarm System

o Public address system

o High Sensitivity smoke detection system

o NOVEC gas based fire suppression system

o Access control system

o CCTV surveillance system

o Water leakage detection system

o Rodent Repellent System

o Intelligent Building Management System

Passive networking solution: Design, supply, installation, testing and commissioning of

fibre and copper based cabling system for the Data centre for phase -1.

Supply, installation, and commissioning of fibre runner (Raceways) and copper wire mesh

containment for phase-1.

Supply, installation, testing, commissioning and configuration of active components (Core

Routers, NGN Firewall, Core Switch (24 Port), Leaf Switch , Blade chassis along with

server, Network Management System & Helpdesk Management System with licenses,

Other Licenses (Windows and Linux), Antivirus, Hyper Converged Infrastructure, Cloud

Management Platform and Virtualisation Software.

The project is a turnkey project and hence any additional services /

responsibilities / supply / works, which are not explicitly mentioned in this RFP

but inherent, customary part of the requirement for proper performance of data

centre and completion of the installation & commissioning, shall be in the scope

of the bidder.

Long term Operation and Maintenance of the Data Centre for a period of 1 year from the

date of completion of the project and acceptance by STPI.

Any other scope or services as required by STPI in relation to the Data Centre.

Page 20: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 19

The bidder shall obtain all statutory approval as below and the fees will be reimbursed as

per the actual after fee receipts are submitted to STPI:

o DG set – State Pollution Control Board.

o HSD Tank – Petroleum Explosive Safety Organization (PESO).

o Safety & Electrical Demand – CESU, Odisha & all other local

compliances.

o Fire NOC: Director General Fire Service, Home Department, Odisha etc.

o Any other statutory compliances/clearances as required from any

statutory bodies for Design, Build and O&M of Data Centre for STPI-

Bhubaneswar

STPI reserves the right to amend any of the terms and conditions in relation to the scope

of work and may issue such directions, which are not necessarily stipulated therein if it

deems necessary for the fulfilment of the scope of work outlined in the scope of work of

the RFP. For any additional requirement or change in the scope, the change management

process will be allowed as per mutually agreed terms and conditions between the two

parties.

5.3 Cloud Implementation

The SI would be responsible for implementation of a new cloud solution and gradually ensure

the infrastructure as part of managed hosting be brought under cloud management leveraging

the Private Cloud infrastructure via self-provisioned virtual machines (scalable compute

resources, complemented by cloud storage and network capability) as platforms to host the

line department applications. Subsequently effort should be made to also bring in the co-

located infrastructure of line departments under this Cloud. Post the consolidation study and

as per subsequent requirement of STPI the SI would be required to scale the cloud as and

when required. The Blade servers provisioned in the scope are for installation of internal

monitoring tools like NMS & Helpdesk, also for installing & configuring DNS with Active

Directory. A roadmap for the same needs to be proposed as part of Technical Proposal by the

selected bidder which should be discussed and agreed upon by the selected SI in consultation

with STPI and appointed consultant.

As part of this scope SI will develop a new hosting model where listed services needs to be

provisioned:

o Infrastructure as a Service (IaaS)

o Platform as a Service (PaaS)

The infrastructure is to be built in a manner over which IaaS and PaaS can be provided

seamlessly. The SI scale it to transform STPI DC. Once configured the SI needs to perform

O&M activity for the cloud which will include managing the Cloud infrastructure and providing

the Cloud Services to departments / customers via the self-service portal.

Page 21: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 20

All policies and procedure to offer such kind of services should be in line with ISO/IEC

20001:2011 and ISO 27001-2013 standards. SI should be responsible for drafting the policies

and procedure document along with the help of STPI for cloud service offerings based on the

agreed business model.

In this phase the SI would design, plan, commission and implement the scalable STPI Private

Cloud (scalable) capable of ~200 VMs. The SI should provide an exhaustive details on

technical and functional capabilities of the proposed Cloud solution along with their general

product description in the Technical proposal. The details provided by SI should include but

not limited to:

o Complete understanding of STPI’s requirements in terms of Cloud features and all

the integration points with the existing NOC infrastructure. Proposed solution

overview including complete details of Cloud Architecture

o Network Design including complete details of overlay and underlay network design,

topology for the cloud solution and the integration with the network equipment’s.

o High Availability and Reliability Considerations including proposed solution for HA of

different components

o Billing data handling solution to provide metering, billing functionality and

consumption model. Details on how individual components should be metered should

be clearly articulated.

o Management & Operation including overall solution for managing all the operational

activities related to cloud solution

o Solution Highlights including High level and Low level solution details for the entire

system

o Enhanced Components if needed to meet SLA, Cloud KPI’s and also adhering to ISO

standards requirements.

Note: The vision of STPI is to gradually convert the portfolio of STPI DC into a managed

and private cloud services owned by STPI and managed by the selected SI.

Page 22: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 21

6 Invitation for Bids

Software Technology Parks of India (STPI), Bhubaneswar invites offer/proposal from

interested data centre contractors / System Integrators for "Design, Build and O&M of

Data Centre for STPI-Bhubaneswar”. This RFP document is being published on web Portal

http://eprocure.gov.in, http://www.bbs.stpi.in, http://www.stpi.in.

Overall Scope and objective of this RFP is to select a System Integrator for Design, Supply,

Installation, Commissioning, Configuration, Operations and Maintenance of physical and IT

infrastructure for Data Centre of STPI-Bhubaneswar for a period of one year.

6.1 EMD & Tender Fees

S. No. Particulars Supporting document

1 Bidder must have made a

payment of Rs. 25,000 (Rupees

Twenty Thousand Twelve

Hundred Fifty Only) + GST

@5% for the tender document

fee

Appropriate Demand Draft / Banker’s Cheque

from nationalized / scheduled commercial

bank.

OR

NEFT Acknowledgement Receipt

2 Bidder must have submitted

EMD for Rs. 30, 00,000.00

(Rupees Thirty Lakhs only). The

EMD should be valid for

minimum 180 days from the last

date of submission of the Bid.

The EMD in form of Fixed Deposit

Receipt/Bank Guarantee in the prescribed

format from nationalized / scheduled

commercial bank.

Particulars of Bank Account:

Name of Bank: BANK OF INDIA

Branch Code: 0005551

Account Holders Name: Software Technology Parks of India

Address: Bank of India, A/123, Sahid Nagar, Bhubaneswar, 751007

MICR No: 751013005

Bank Account Number: 555110110003601

IFSC Code: BKID0005551

GSTIN: 21AAATS2468J1ZI

PAN: AAATS2468J

Page 23: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 22

6.2 Pre-Qualification Criteria

The bidder should have mandatory pre-qualification as per the following table. The proposal

of the bidders who are only fulfilling the mandatory pre-qualification criteria shall be

considered for technical evaluation. The offer will be rejected if the bidder does not fulfil any

mandatory pre-qualification criteria.

Mandatory Pre-Qualification Criteria:

S. No. Mandatory Qualification Supporting document

i. 1

The bidder must be a company

registered in India under Indian

Companies Act, 2013 or Partnership

firms registered under LLP Act, 2008,

since last 5 years. The bidder must

have GST registration certificate.

NB :

Bid submitted by a company which

has acquired a company or division

shall also be considered for

evaluation if the eligibility criteria is

met jointly between the bidder and

company or division acquired.

a. Copy of Certificate of Incorporation.

b. Self-Certification of being in the Data

Centre business for last 3 years.

c. Copy of GST registration

ii. 2

The bidder must have an average

annual turnover of Rupees 300 crore

(Three hundred crores) for the last

three financial years (FY 2014-15,

2015-16, and 2016-17).

Extracts from the audited Balance sheet

and Profit & Loss; OR Certificate from the

Statutory Auditor for the average annual

turnover.

iii. 3

The bidder must be a profitable

company having positive net worth

for last three financial years.

Certificate from Statutory Auditor / CA

Certificate showing positive net worth for

last three financial years.

iv. 4

The bidder must have valid ISO

9001:2015 certificate as on the last

date of submission of bids.

Copy of valid ISO 9001:2015 certificate.

v. 5

The bidder must have completed

construction of at least one Data

Centre (DC Built Part Only) for

Central or State Government / PSU /

Telecom or IT Companies/Banking or

Copy of Work Order / Purchase Order /

Contract Agreement / Completion

Certificate. The Data Centre should have

become operational as on bidding date.

Page 24: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 23

S. No. Mandatory Qualification Supporting document

Financial Institutions worth 14

Crores or more in India / Globally.

OR Two similar completed projects,

each worth of 9 Cr or more.

OR Three similar completed projects,

each worth of 7 Cr or more

Note:

o Bidder’s in house Data Centre

shall not be considered

o Bidder who have built their

own Internet Data Centre

(IDC), for commercial use will

be considered

The bidder has to submit the

letter/completion certificate from the

client as a confirmation of the data

centre standard.

No partial work completion certificate

shall be taken into account for

evaluation.

i. 6

The bidder must have at least 75 full

time qualified professionals

(excluding dedicated staff for

customer support/call centre) on its

payroll as on March 31, 2018. Such

professionals should hold degrees

such as B.E./ B. Tech./ MBA/MCA and

certifications such as

PMP/CDCP/CDCS/ATD/ATS/ITIL/

CCNA/CCNP/MCP etc.

Self-declaration certificate by authorized

signatory or Head of Human resources on

company’s letterhead.

ii. 7

The bidder should not have been

blacklisted by any Department,

institute/Organization of Government

of India / State Governments in India

Undertaking on the company’s letterhead

by the authorized signatory.

As per Annexure-5

iii. 8

The bidder should have experience in

providing onsite support and facility

management services in minimum of

One in SDC/NDC/ Central Govt.

agencies/PSU’s/Banking Institutions/

Telecom site in India or Globally

Copy of Work Order / Agreement /

Completion Certificate OR Proof of

suitable verifiable document

iv. 9

The bidder must be an

OEM/authorized partner of all the

OEMs for the products quoted.

The bidder / should submit valid letter

from the OEMs confirming following:

Tender specific authorization for bidder as

per Annexure-11.

The OEM should include the contact

number official e-mail ids of the person

Page 25: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 24

S. No. Mandatory Qualification Supporting document

signing the letter. STPI may verify the

genuineness of the letter.

v. 10

The proposal must be signed by an

authorized signatory (having power

of attorney / authorized by board

resolution) on each page of the

proposal document including

enclosures.

Copy of board resolution and / or power

of attorney shall be submitted along with

PQ proposal. Failing of which the Bid will

be rejected.

vi. 11

The bidder's agency/contractor

appointed for execution of the

electrical work should have valid

electrical license from Government of

Odisha since major & vital works

related to the construction of DC is

electrical in nature and involves

manpower deployment.

Copy of the valid electrical license in

favour of the Company

vii. 12

The bidder Should have on its payroll

at least one Accredited Tier

Designer(ATD)/Certified TIA-942

Design Consultant

Copy of ATD/ TIA-942 Design Consultant

Certificate of the Employee along with

Self-declaration certificate by authorized

signatory or Head of Human resources on

company’s letterhead.

Note: If bidder does not have an ATD/

TIA-942 Design Consultant on its payroll

during bidding stage then it must submit

a declaration or undertaking on the

company letterhead, with seal and sign of

authorised signatory stating that the

details of appointment will be submitted

along with the PBG after work is awarded.

viii. 13

The full-fledged, after Sales Service

facility with Spare stores of approved

OEM/ OEM’s authorised service

provider of the major components

like UPS, Precision Air Conditioners,

Electrical Transformer/PSS, & DG

sets should have presence in Odisha

to ensure prompt service support.

Copy of GST Registration/ Registration

under Odisha Shop & Establishment

Certificate of OEM along with Address

Proof (Electricity/BSNL Telephone Bill)

and employee details of the OEM/OEM’s

authorised service provider

Note: The company owned facility of

the OEM/OEM's authorised service

provider undertaking shall be

considered

Page 26: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 25

6.3 Technical Evaluation Criteria

Technical evaluation of each bidder shall be carried out to conform to tender requirements.

During this stage, the technical evaluation shall comprise of (a) Determining the Bidder’s

eligibility Criteria as per the Pre-qualification and (b) to assess Bidder’s technical capabilities

as per the desired Qualification & Detailed Technical Proposal. Bidder who meet eligibility

criteria and score minimum of 70% marks in the technical evaluation as per the below Table

shall be considered for opening of commercial Bid.

S.

No

Criteria / Sub-Criteria Description/Response expected

from bidder

Max

marks

1. The bidder should have been in the

business for a period exceeding

five years as on 31st March 2018.

The bidder must be a company

registered in India under Indian

Companies Act, 2013 or

Partnership firms registered under

LLP Act, 2008, since last 5 years.

The bidder would be evaluated based

on following criteria

>5 Relevant Years = 3 marks

6 - 10 Relevant Years = 5 marks

11-15 Relevant years = 7 marks

>15 Relevant Years = 10 marks

10

2.

The bidder should have a

positive net worth and an

average annual turnover of

more than INR 300 crores for

each of the last three financial

years ending on (FY 2014-15,

2015-16, and 2016-17).

The bidder would be evaluated based

on following criteria

≥ INR 300 - INR 500 Crores =5 marks

INR 501 - INR 1000 Crores = 7 marks

> INR 1000 Crores = 10 marks

10

3.

The bidder should have designed,

installed & commissioned at least

one standard Data Centre project

that meets all the PQ mentioned

criteria.

• An Order Value (DC Built Part

Only) of not less than Rs. 14 crores

• Bidder’s in house data centres

shall not be considered.

Bidder who have built their own

Internet Data Centre (IDC), for

commercial use will be considered

The bidder must submit minimum of

three completed implementation

projects

1 No DC worth 14 Cr or more = 5

Marks

1 No. of DC worth 9 Cr or more = 2.5

Marks

1 No. of DC worth 7 Cr or more =1.5

Marks

10

Page 27: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 26

4.

The bidder must have on its payroll

at least one Accredited Tier

Designer (ATD)/ Certified TIA-942

Design Consultant, appointment

details should be submitted along

with PBG

The bidder would be evaluated based

on following criteria

No ATD/CTDC =0 marks

> 1 ATDs = 5 marks

5

5. The bidder should have 10

Engineers in payroll (minimum 5

Electrical & 5 Mechanical each)

=10 = 3 Marks

Above 10 = 5 Marks

5

6. The bidder's agency/contractor

appointed by the bidder for

execution of the electrical work

should have valid electrical license

from Government of Odisha

Yes= 5 Marks

No= 0 Marks

5

7. Compliance of qualification and

experience Project Team and CVs

of key experts and support staff to

be deployed/engaged dedicated

for this project.

Bidder should submit a detailed

resource deployment plan and CV of

the resources that are proposed to be

deployed for the implementation

period. Two (2) marks each would be

awarded for Project Manager, Team

Leader and ATD/CTDC and 1 mark

each would be awarded for rest of the

key experts. The CV of key experts

only will be given weightage. The

support staff will not be given marks

during evaluation.

Key Experts Support Staff

Project

Manager Server Specialist

Team Leader Project

Coordinator

ATD/CTDC HSE Engineer

Electrical Expert Electrical

Engineer

ELV Expert HVAC Engineer

HVAC Expert Network

Engineer

Cloud /Network

Administrator

10

8. Company owned /OEM's

authorised service provider after

sales service facility with spares

stores of OEM's /OEM's authorised

service provider for the major

components like UPS, Precision Air

For OEM service centres,

For UPS = 3 Marks

Precision Air Conditioners = 3 Marks

DG Set = 3 Marks

10

Page 28: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 27

conditioner,Electrical

Transformer/( PSS) and DG set

Transformer/PSS = 1 Marks

For OEM’s Authorised Service centres,

For UPS = 1.5 Marks

Precision Air Conditioners = 1.5 Marks

DG Set = 1.5 Marks

Transformer/PSS = 0.5 Marks

9. Computational Fluid Dynamics

(CFD) Analysis of the Data Centre

Design proposed by the Bidder

The bidder would be given additional

weightage for providing CFD Analysis

of the Data Centre Design analysing

the effectiveness of cooling within the

racks and aisles.

5

10. Technical Presentation before the

technical evaluation committee.

The bidder would be evaluated by the

technical committee on the following

factors depicted by the bidder during

the technical presentation made to the

technical evaluation committee. The

factors that would be evaluated would

include following: For each factor, the

marks that would be awarded to the

bidder are also mentioned.

a. Bidder’s understanding of the Project

& Scope of Work: 5 Marks

b. Solution Architecture & Design: 10

Marks

c. Proposed project plan, approach &

methodology: 10

d. Operation and Maintenance Plan: 5

Marks

The presentation will run from the

media already submitted with

Technical Proposal, which has to be

made by a team consisting of proposed

Project Manager & Team Leader along

with other experts.

30

Total Marks 100

Page 29: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 28

Note to Bidders:

Bidder means agency/ company bidding individually as SI.

Any bidder having experience in Data Centre and interested to bid but not able to meet above

pre-qualification criteria can form a Consortium with another firm jointly fulfilling the above

PQ/eligibility criteria and other conditions. Any one of the consortium partner shall meet

individually/independently the criteria of Pre-qualification/ Technical/Financial Turnover.

The lead bidder must be liable for the entire scope of work and risks involved thereof (the

liability shall be for the entire value of work) during the entire contract period whichever is

later from date of awarding the contract/Work Order. The lead bidder shall be responsible for

executing works, which are estimated to be at least 50% of the contract value.

Only one consortium partner is allowed to form consortium in this project. The consortium

partners should submit the contractual arrangement between themselves before submitting

the bid. Partners of Consortium should provide the roles and responsibilities matrix in the

submitted bid.

The consortium partner should fulfil the following eligibility criteria:

o The consortium partner should be a registered legal entity in India.

o The consortium partner should have at least an average annual turnover of Rs.25 Cr for

the last three financial years (FY 2014-15, 2015-16, 2016-17).

o The consortium partner should not be a blacklisted entity.

o The consortium partner should have signed an integrity pact with the lead bidder.

o A particular company can be a partner of only one consortium.

o Any changes in the consortium partner at a later date (after bid submission) shall not

be allowed till duration of the contract

6.4 Pre-bid Meetings Clarification

STPI shall organize a pre-bid meeting on the scheduled date, time and venue as mentioned

in fact sheet, at Conference Hall, STPI NOC, Bhubaneswar-751023. STPI may or may not

incorporate any changes in the RFP based on acceptable suggestions received during the Pre-

Bid Conference. The decision of STPI regarding acceptability of any suggestion shall be final

in this regard and shall not be called upon to question under any circumstances. The

prospective bidders shall submit their queries in writing in prescribed format below not later

than date and time indicated in fact sheet. No OEM queries shall be entertained during

the pre-bid conference, they should submit their queries through the respective

prospective System Integrators.

At any time prior to the last date of submission of proposal, STPI may for any reason be able

to modify the RFP.

S.

No

Clause No & Page No Clause Description Reference / Subject

Clarification

Page 30: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 29

Any modifications in RFP or reply to queries shall be hosted on http://www.bbs.stpi.in,

http://eprocure.gov.in, http://www.stpi.in

STPI at its discretion may extend the last date for the receipt of proposals.

6.5 Responses to pre-proposal queries and issue of corrigendum

i. At any time prior to the last date for receipt of bids, STPI may, for any reason, whether

at its own initiative or in response to a clarification requested by a prospective bidder,

modify the RFP document by a corrigendum.

The corrigendum & clarifications (if any) to the queries from all bidders will be posted on

the website http://www.bbs.stpi.in, http://eprocure.gov.in, http://www.stpi.in

in form of modified RFP/corrigendum etc.

ii. Any such corrigendum shall be deemed to be part or incorporated into this RFP.

iii. In order to provide prospective bidders reasonable time for taking the

corrigendum/modifications into account, STPI may, at its discretion, extend the last date

for the receipt of Bids.

iv. It is the responsibility of the bidder to check the above websites time to time for updates.

6.6 Amendment of Proposals:

i. RFP Proposals once submitted cannot be amended. However, in case of some

administrative exigencies, STPI may decide to take fresh proposals from all the bidders

before actually opening of the Technical Proposal.

ii. In order to provide prospective bidders reasonable time to make fresh proposals, STPI

may, at his discretion, extend the deadline for the submission of proposals. However, no

such request in this regard shall be binding on STPI.

6.7 Language of Proposal & Correspondence:

The proposal will be prepared by the bidder in English language only. All the documents

relating to the Proposal (including brochures) supplied by the bidder should also be in

English, and the correspondence between the bidder & STPI shall be in English language

only. The correspondence by Fax / E-mail must be subsequently confirmed by a duly signed

copy (unless already signed digitally).

6.8 Period of validity of Proposals:

i. STPI intends to build the data centre in three phases. The Proposals shall remain valid for

at least 180 days for Phase-I after the date of opening. A proposal valid for a shorter

Page 31: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 30

period may be rejected by STPI as being non-responsive. During the period of validity of

Proposals, the terms and condition mentioned shall not change and any such request may

lead to denial of the work.

ii. In exceptional circumstances, STPI may ask for extension of the period of validity and

such a request shall be binding on the Agency. STPI’s request and the response to such a

request by various agencies shall be in writing.

6.9 Proposal prices

The prices indicated in the price schedule shall be entered in the following manner:

i. The total price quoted must be inclusive of cost of supplying / providing hardware,

software, services for installation, testing and commissioning of the Solution and support,

all applicable taxes, duties, levies, charges etc., as also cost of incidental services such

as transportation, insurance, training etc.

ii. The cost of Annual Maintenance service, for a period of Five (5) years after the go-live

date.

iii. The rates quoted above shall be inclusive of all prices and should be valid for two (2)

years from the date of submission of bid for phase-1. (Inclusive of freight & all applicable

taxes)

iv. The Vendor cannot quote for the project in part.

v. The Bidder may visit the proposed site of STPI ELITE Building, IDCO Plot No.2/A,

Gothapatna, Near IIIT, Bhubaneswar before bidding to assess the actual physical &

Technical requirement. Site visit may be facilitated on mail request to the Contact Officer

as mentioned in Fact Sheet.

6.10 Right to terminate the process

i. STPI may terminate the RFP process at any time and without assigning any reason. STPI

make no commitments, express or implied, that this process will result in a business

transaction with anyone.

ii. This RFP does not constitute an offer by STPI. The bidders’ participation in this process

may result STPI selecting a bidder to engage towards execution of the contract.

6.11 Earnest money deposit

i. Bidders shall submit, along with their Bids, EMD of Rs. 30,00,000.00 (Thirty Lakhs only),

in the form of bank guarantee issued by any nationalized/scheduled commercial bank in

favour of Software Technology Parks of India, payable at Bhubaneswar, and should

be valid for minimum 180 days from the last date of the submission of Bid.

ii. EMD of all unsuccessful bidders would be refunded by STPI within 30 days on selection

of successful bidder. The EMD of successful bidder would be returned upon submission of

Performance Bid Security as per the format provided in Annexure 2

iii. EMD amount is interest free and will be refundable to the unsuccessful bidders without

any accrued interest on it.

iv. The proposal submitted without tender fee and EMD in the prescribed format mentioned

Page 32: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 31

above, shall be summarily rejected.

v. The EMD may be forfeited:

a) If a bidder withdraws its proposal during the period of proposal validity.

b) In case of a successful bidder, if the bidder fails to sign the contract in accordance

with this RFP

c) Fails to deliver as per the Terms & conditions of RFP & deliverables.

d) Any material breach of contract

6.12 Submission of the Proposal:

i. The proposal shall be submitted online in four parts in CPP Portal www.eprocure.gov.in,

Part-I “EMD & Tender Fees” Part-II “Pre-Qualification Bid” ” Part-III “Technical Bid” and

Part-IV “Commercial Bid”. Technical Bid will consist of “TECHNICAL PROPOSAL”.

Commercial bid will only consist of the commercial proposal as per format in Annexure

18: Format for Financial Quotations

ii. The bidders must submit their responses as per the format given in this RFP in the

following manner, which must be properly flagged to distinguish the required

enclosures.

Tender Fees& EMD Cost of RFP document in the form of DD as specified.

Earnest Money Deposit (EMD) in the form of Bank Guarantee or

as per

Annexure 1: Earnest Money Deposit – Forwarding Letter

Annexure 2: Bank Guarantee Format for furnishing Earnest

Money Deposit

Pre-Qualification Bid Pre –Qualification criteria proposal as per the following

Annexure:

o Annexure 3: Proposal submission check-List

o Annexure 4: Declaration regarding acceptance of Terms &

Conditions of RFP

o Annexure 5: Declaration regarding clean track record

o Annexure 6: Company Profile

o Annexure 8: Format for providing organization experience

o Annexure 11: Authorization letter from Original Equipment

Manufacturer (OEM)

o Appendix 20: Format for Power of Attorney for Signing of

Proposal

o Documents to be Submitted::

Copy of Certificate of Incorporation

Copy of GST Registration Certificate

Extracts from the audited Balance sheet and Profit & Loss; OR

Certificate from the statutory Auditor for turnover.

Certificate from Statutory Auditor of solvency / CA Certificate

showing positive net worth for last three financial years.

Copy of valid ISO 9001:2015 certificate

Page 33: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 32

Work Order / or LOI & Copy of Contract / or Client Reference

Letter / or Project Completion Certificate.

Self-declaration certificate by authorized signatory or Head of

Human resources on company’s letter head.

Undertaking on the company’s letter head by the authorized

signatory as per Annexure 5

Copy of the valid electrical license of the Company/Contractor

from Government of Odisha in support of desirable

Qualification

Copy of valid letter from the OEMs confirming Tender specific

authorization for bidder as per Annexure-11.

Copy of Board resolution and / or Power of Attorney

Copy of ATD/ TIA-942 Design Consultant Certificate of the

Employee along with Self-declaration certificate by authorized

signatory or Head of Human resources on company’s letterhead.

Copy of GST Registration/ Registration under Odisha Shop &

Establishment Certificate of OEM along with Address Proof

(Electricity/BSNL Telephone Bill) and employee details of the

OEM/OEM’s authorised service provider

Technical Proposal Technical proposal as per Formats given as per the following

documents/Annexure:

Annexure 7: Format for providing CV for each suggested

member

Annexure 8: Format for providing organization experience

Annexure 9: Detailed timeline and work Plan

Annexure 10: Resource deployment plan

o Annexure 11: Authorization letter from Original Equipment

Manufacturer (OEM).

Annexure 12: Commitment letter of support from Original

Equipment Manufacturer (OEM) confirming followings:

The products quoted will not be end of life for next ten years

from the last date of submission of bids.

Confirm that the products would be covered under one year

warranty and next five years comprehensive AMC (i.e. Total six

years).

Undertake that the support including spares, patches for the

quoted products shall be available for next six years

Annexure 13: Software manufacturer authorization and support

form

Annexure 14: Format for Bill of Material

Page 34: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 33

Annexure 15: Format for Bill of Quantity

Technical Presentation in CD/DVD/Flash Drive in

duplicate. The presentation shall run from the above

media only, which is part of the technical bid.

Commercial Proposal Commercial Proposal as per Formats given in the following

Annexure

Annexure 17: Format of Commercial Proposal Document

Annexure 18: Format for Financial Quotations

iii. The proposal should be signed by an authorized signatory (having power of

attorney/authorized by board resolution) on each page of the proposal document including

enclosures. Copy of board resolution and / or power of attorney shall be submitted along

with technical proposal. Failing of which the Bid will be rejected.

iv. The proposal shall contain no interlineations, erasures or overwriting, in order to correct

error made by the bidder. All corrections shall be done & initialled by the authorized

signatory after striking out the original words / figures completely.

v. The bidder should submit bid online at http//www.eprocure.gov.in portal along with copy of

DD against tender fee, BG against the EMD. The original DD & EMD along with technical

presentation on a CD/DVD/Flash drive in the following address, which should reach on or

before the bid opening time.

vi. Address:

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers,

C.S. Pur Bhubaneswar – 751023,

Odisha, India

Tel: +91-674-2300412 / 2300413 / 2300787 / 2300358

Fax: +91-674-2302307, URL: www.bbs.stpi.in

vii. Only detailed complete bids in the form indicated above shall be received prior to the closing

time and date of the bids shall be taken as valid.

viii. Please Note that Prices should not be indicated in the Technical Proposal but should only be

indicated in the Commercial Proposal. Any proposal with Commercial Proposal submitted

along with Technical Proposal in same will be summarily rejected.

ix. All the pages of the proposal must be sequentially numbered and must contain the list of

contents with page numbers. Any deficiency in the documentation may result in the rejection

of the proposal.

x. The original proposal shall be prepared in indelible ink. It shall contain no interlineations or

overwriting, except as necessary to correct errors made by the bidder itself. Any such

corrections must be initialled by the person (or persons) who sign(s) the bids.

Page 35: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 34

xi. All pages of the proposal including the duplicate copies, shall be initialled and stamped by

the authorized person or persons who sign the proposal.

6.13 Completeness of Tender Offer:

The Bidder is expected to examine all instructions, forms, terms, conditions and deliverables

in the tender document. Failure to furnish all information required by the tender documents

or submission of a tender offer not substantially responsive in every respect to the tender

documents will be at the bidder's risk and may result in rejection of its tender offer. The

tender offer is liable to be rejected outright without any intimation to the bidder if complete

information as called for in the tender document is not given therein, or if particulars asked

for in the forms / proforma in the tender are not fully furnished.

6.14 Deadline for Submission of Proposals:

i. The proposal shall be submitted online through e-procurement portal

http://eprocure.gov.in along with copy of Tender Fee, EMD & Technical Presentation in

CD/DVD/Flash Drive must submitted/sent at the specified address as mentioned above

within the above date and time.

ii. STPI may, at its discretion, extend this deadline for any other administrative reason.

iii. Any proposal received by STPI after the deadline for submission of proposals prescribed by

STPI, will be rejected.

6.15 Modification and withdrawal of bids

i. The bidder may be allowed to modify or withdraw its submitted proposal any time prior to

the last date prescribed for receipt of bids, by giving a written notice to the STPI.

ii. The bidder's modification or withdrawal notice shall be prepared, sealed, marked and

dispatched in a manner similar to the original Proposal.

iii. Subsequent to the last date for receipt of bids, no modification of bids shall be allowed. No

bid may be withdrawn in the interval between the deadline for submission of bids and

expiration of the of bid validity period specified. Withdrawal of a bid during this period will

result in Bidder’s forfeiture of bid security/EMD.

6.16 Opening of proposals by STPI:

The date and time for opening of proposals and technical presentation will be decided and

notified by STPI through the website of STPI-Bhubaneswar. The evaluation committee

authorized by STPI will be entitled for proposal opening in the presence of bidders or their

representatives who may be present at the time of opening. The bidder’s representatives

(maximum two) should carry the identity card or a letter of authorization from the bidding

firms to identify their bonafide for attending the opening of the proposal. In order to assist in

the examination, evaluation and comparison of proposals, STPI may at its discretion ask the

bidder for a clarification regarding its proposal. The clarification shall be given in writing, but

Page 36: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 35

no change in the price or substance of the proposal shall be sought, offered or permitted.

6.17 STPI's Right to accept and to reject any or all proposals:

Notwithstanding anything else contained to contrary in this RFP Document, STPI reserves the

right to accept or reject any Bid or to annul the bidding process fully or partially or modifying

the same and to reject all Proposals at any time prior to the award of work, without incurring

any liabilities in this regard.

6.18 Rejection of Bids

The bids will be rejected on following grounds:

i. If any of the eligibility criteria as per the Pre-qualification criteria is not met

ii. EMD/ Tender fee not submitted

iii. If tender terms and conditions are not met

iv. If bidder gives wrong information in the bid

v. Canvassing in any form in connection with the bids

vi. If the bid is incomplete /partial bid/ conditional/unclear in any form

vii. Bids submitted after due date and time

viii. Bids are not submitted through e-procurement portal

ix. Bids are submitted through Telex/Fax/ e-mail

x. Erasure and/or overwriting

xi. Bids not signed by authorized signatory

6.19 Evaluation Process

i. STPI may constitute an Evaluation Committee to evaluate the responses of the bidders.

ii. The Evaluation Committee constituted by the STPI shall evaluate the responses to the RFP

and all supporting documents / documentary evidence. Inability to submit requisite

supporting documents / documentary evidence, may lead to rejection.

iii. The interpretation of the bids and the decision made by the Evaluation Committee in the

evaluation of responses to the RFP shall be final. No correspondence will be entertained

outside the process of evaluation with the committee.

iv. The Evaluation Committee may ask for meetings with the bidders to seek clarifications on

their bids.

v. The Evaluation Committee reserves the right to reject any or all bids on the basis of any

deviations.

vi. Each of the responses shall be evaluated as per the criterions and requirements specified in

this RFP.

Page 37: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 36

6.20 Tender evaluation

i. Initial Proposal scrutiny will be held and incomplete details as given below will be treated as

non-responsive. If Bids;

a) Are not submitted as specified in the RFP document.

b) Received without the Letter of Authorization (Power of Attorney)

c) Are found with suppression of details

d) With incomplete information, subjective, conditional offers and partial offers

submitted

e) Submitted without the documents requested in the checklist

f) Have non-compliance of any of the clauses stipulated in the RFP

g) With lesser validity period

ii. Evaluation Committee will prepare a list of responsive bidders, who comply with all the Terms

and Conditions of the RFP. All eligible bids will be considered for further evaluation by a

Committee according to the Evaluation process define in this RFP document. The decision of

the Committee will be final in this regard. All responsive Bids will be considered for further

processing as below:

a. Evaluation committee will examine the bids to determine whether they are complete,

whether any computational errors have been made, and whether the bids are generally in

order. The interpretations made by the evaluation committee will be final and binding on the

bidders.

b. Arithmetical errors will be rectified on the following basis:

• If there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price shall

be corrected.

• If the bidder does not accept the correction of the errors, his proposal will be rejected. If

there is a discrepancy between words and figures, the amount in words will prevail.

c. STPI may conduct clarification meetings with each or any bidder to discuss any matters,

technical or otherwise. Result of such meeting/ clarification may be published on specified

website; however no material changes in the bid shall be permitted.

d. Further, the scope of the evaluation committee also covers taking any decision with regard

to the Tender Document, execution/ implementation of the project including management

period.

e. Proposal shall be opened in the presence of bidders representatives who intend to attend at

their cost. The bidders’ representatives who are present shall sign a register giving evidence

of their attendance.

f. Proposal document shall be evaluated as per the following steps.

• Preliminary Examination of Eligibility Criteria documents: The Eligibility document will be

examined to determine whether the bidder meets the eligibility criteria, whether the proposal

is complete in all respects, whether the documents have been properly signed and whether

Page 38: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 37

the bids are generally in order. Any bids found to be non-responsive for any reason or not

meeting the minimum levels of the performance or eligibility criteria specified in various

sections of this Tender Document will be rejected and will not be considered further.

• Technical Evaluation: A detailed evaluation of the bids shall be carried out in order to

determine whether the bidders are competent, enough and whether the technical aspects are

substantially responsive to the requirements set forth in the RFP document. Bids received

would be assigned scores based on the parameters defined in the table.

• The technically qualified bidders shall be invited during opening of the commercial bids and

subsequently commercial evaluation shall be carried out.

Evaluation of bids would be done on Least-Cost Based Selection (LCBS) criteria as

detailed. The bidder shall have to score at least 70 marks in Technical Score as per “Evaluation

and Selection Matrix” for being eligible for opening of financial proposal. The bids quoted as

per the commercial bid format in Annexure 17 will be considered for commercial evaluation.

a. Bids shall be ranked according to the lowest price among the submitted bids, the project

will be awarded to the “L1” bidder. STPI’s decision shall be final and binding.

b. After one-year period, STPI will review the performance of the selected bidder, if it is

found unsatisfactory according to the SLA parameters outlined in this RFP document.

STPI may cancel the contract of selected (L1) bidder and may offer the project to L2/L3

bidder for the remaining period of the contract, subject to matching price quoted by L1

bidder.

6.21 Notification of Acceptance of Proposal:

Prior to the expiry of the period of Proposal validity, STPI will notify the selected bidder in

writing by speed post or Fax or email that its proposal has been accepted and has been

selected to do the project.

6.22 Contacting STPI

i. Any effort by a bidder to influence the proposal evaluation, proposal comparison or contract

award decisions may result in the rejection of the proposal.

Page 39: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 38

7 General Conditions of Contract

7.1 Definitions

In this RFP, the following terms shall have following respective meanings:-

i. “STPI” means Software Technology Parks of India, Bhubaneswar.

ii. “Business Day” means any day that is not a Sunday or a public holiday (as per the official

holidays of STPI, Bhubaneswar)

iii. “Acceptance” means the STPI’s written certification that following installation, the

system(s) (or specific part thereof) has been tested and verified as complete and/or fully

operational, in accordance with the acceptance test defined in the Acceptance Test

Documents.

iv. “Acceptance Test Documents” means a mutually agreed document which defines

procedures for testing the functioning of the Data Centre, against requirements laid down

in the agreement. It should define tests to be carried out, test equipment and expected

test results.

v. “Contract Agreement” means the Agreement to be signed by the Successful Bidder and

STPI.

vi. “Authorized Representative” shall mean any person/agency authorized by either of the

parties.

vii. “Bidder or bidder” means any firm offering the solution(s), service(s) and/ or materials

asked for in the RFP. The word Bidder, when used in the pre-award period shall be

synonymous with Bidder, and when used after intimation of successful bidder shall mean

the successful bidder, also called ‘Vendor or System Integrator’, with whom STPI signs the

Contract.

viii. “BOM” means Bill of Material

ix. “BOQ” means Bill of Quantity

x. “Contract” is used synonymously with Contract Agreement.

xi. “Documentary evidence” means any matter expressed or described upon any substance

by means of letters, figures or marks intended to be used for the recording of that matter

and produced before a court.

xii. “GoI” shall mean Government of India.

xiii. “Gov. /Government/Govt. of Odisha” shall mean Government of Odisha.

xiv. “Go-Live” Shall mean that the successful completion of installation of Hardware at all

locations and the data centre is ready in all respect i.e. designing, installation,

commissioning, implementation, and testing of the hardware & software. This implies the

Data Centre can now be used by all the end users together as will be defined in the detailed

Technical Requirement Specifications document. For successful Go-Live, issuance of

Acceptance certificate is required from both the Consultant & STPI.

xv. “Law” shall mean any Act, notification, by law, rules and regulations, directive, ordinance,

order or instruction having the force of law enacted or issued by the Government of India

or State Government or regulatory authority or political sub-division of government

agency.

Page 40: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 39

xvi. “LCBS” means Least-Cost Based Selection

xvii. “LOI” means issuing of Letter of Intent which shall constitute the intention of the Tenderer

to place the purchase order with the successful bidder.

xviii. “LOA” means issuing of Letter of Award which shall constitute the intention of the Tenderer

to place the work order with the successful bidder.

xix. “OEM” means Original Equipment Manufacturer company, that is incorporated in India or

abroad, who has management control over the manufacturing/production process, Quality

Assurance, Procurement of Raw materials/manufacturing process inputs marketing and

warranty services of the resultant products, of at least one manufacturing facility /factory

where the manufacturing of equipment, related accessories, as required for Data Centre

project is carried out.

xx. “Party” shall mean STPI or Bidder individually and “Parties” shall mean STPI and Bidder

collectively.

xxi. “PBG” means Performance Bank Guarantee.

xxii. “Revenue” means payments collected from the customers/end users towards the services

offered and entered in the book of accounts.

xxiii. “Service” means facilities/ services to be provided by bidder as specified in the RFP, any

other incidental services such as installation, implementation, Operation, Maintenance, for

“Selection of System Integrator for Design, Build and O&M of Data Centre at STPI-

Bhubaneswar ” as detailed in the scope of work of this RFP.

xxiv. “AMC” means Annual Maintenance Contract, for delivery of stated requirements.

xxv. “CAMC” means Comprehensive Annual Maintenance Contract

xxvi. “Rates/Prices” means prices of supply of equipment and services quoted by the Bidder in

the Commercial Bid submitted by bidder.

xxvii. “RFP” means the detailed notification seeking a set of solution(s), service(s), materials

and/or any combination of them.

xxviii. “Site” shall mean the location(s) for which the Contract has been issued and where the

service shall be provided as per Agreement.

xxix. “Final Acceptance Test (FAT)” means the acceptance testing of the Data Centre for

providing the Services as mentioned in the RFP.

xxx. “Tenderer” shall mean the authority issuing this Request for Proposal (RFP) and the

authority under whom the Data Centre is to be implemented, operated, managed etc.

and this authority shall be the STPI, acting on behalf of Ministry of Electronics & Information

Technology, Govt. of India.

xxxi. “ATD” means Accredited Tier Designer certified by the , The Uptime Institute, USA

Page 41: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 40

7.2 Award of contract

i. The STPI reserves the right to ask for a technical elaboration/clarification from the bidder on

the already submitted Technical Proposal at any point of time before opening the Commercial

Proposal. The bidder shall furnish the required information to STPI and its appointed

representative on the date asked for, at no cost to the STPI. STPI may at its discretion, visit

the office of the bidder any time before awarding the contract.

ii. STPI shall inform those bidders whose bids did not meet the eligibility criteria or were

considered non-responsive, informing that their Commercial Bids will be returned unopened

after completing the selection process. STPI shall simultaneously notify those bidders who

qualify for the Evaluation process as described in this Tender Document, informing the date

and time set for opening of Commercial Bids. The notification may be sent by mail or fax.

iii. The bidder’s name, the Proposal Price, the total amount of each proposal and other such

details as the Tendering Authority may consider appropriate, will be announced and recorded

by the STPI at the opening of proposal

iv. STPI shall inform the bidder whose proposal is accepted via issuance of Letter of Intent (LoI)

in duplicate copy. Selected bidder shall acknowledge the LoI and return the duplicate copy

duly sealed and signed, within seven days from the issuance of LoI by STPI

v. Special Condition for Awarding the Contract -

a) STPI will issue the LoI to only one successful bidder.

b) STPI will sign the contract after site survey report will be approved by STPI.

c) STPI reserves the right to issue work order / purchase order for additional sites on the same

price, terms and conditions as specified in the contract/agreement beyond 6 months for phase

-1 on mutually agreed terms

d) The prices for all the items shall be valid till the entire duration of the project. STPI may its

own discretion extend the validity of prices for further period on the same price, terms and

conditions as specified in the contract/agreement mutually agreed upon.

7.3 Execution of contract

After acceptance of LoI the bidder will submit the performance security as specified in this

document for entering into a Contract with STPI.

7.4 Duration of contract

The contract shall remain valid for a period of One year and six months i.e. from the date of

contract. Separate contract would be signed for O&M and Manpower deployment as per the

duration.STPI will direct to selected bidder for start the work partially/ fully subject to release

of Purchase order/ Work order. However, contract will be executed as per the terms and

conditions of the RFP effective from the date of starting of the execution of the project.

Page 42: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 41

7.5 Performance Bank Guarantee

i. Within 15 days after the receipt of notification of award of the Contract from the STPI, the

successful Bidder shall furnish Contract Performance Bank Guarantee to the STPI,

Bhubaneswar, which shall be equal to 10% of the contract value in the form of BG of any

nationalized /Scheduled Bank having branch at Bhubaneswar as per the format. The PBG shall

be renewed every year to ensure its validity during the entire contract period of five years.

ii. The PBG shall be as per format given at Annexure 16: Proforma for Bank Guarantee (PBG)

towards performance security

iii. The proceeds of the performance guarantees shall be payable to the client as compensation

for any loss / penalties resulting from the bidder’s failure to complete its obligations under

the contract.

iv. The amount covered by PBG of the successful bidder/ shall be forfeited if the successful

bidder/ fails to comply with any conditions of the contract.

v. The performance guarantee will be discharged by the client and returned to the bidder within

60 days following the date of completion of the bidder performance obligations, including any

warranty obligations under the Contract

7.6 System Integrator’s Obligation

The SI would be required to develop, maintain and manage the proposed STPI DC facilities.

It will be the System Integrator’s responsibility to ensure compliance to the requirements of

the Data Centre and continued operation of the Data Centre in accordance with and in strict

adherence to the terms of this Bid, the Tender and this Contract.

In addition to the aforementioned, the SI shall:

Perform the Services specified by the STPI and make available the necessary equipment/

facilities /services as may be necessary and other ‘Scope of work’ requirements as specified

in the tender and changes thereof.

The SI shall ensure that the implementation team is competent, professional and possesses

the requisite qualifications and experience appropriate to the task they are required to

perform under this Contract. The SI shall ensure that the Services are performed through the

efforts of the SI’s Team, in accordance with the terms hereof and to the satisfaction of STPI.

Nothing in this Contract relieves the SI from its liabilities or obligations under this Contract to

provide the Services in accordance with the STPI directions and requirements and as stated

in this Contract and the Bid to the extent accepted by the STPI and the SI shall be liable for

any non-performance, non-compliance, material breach or other loss and damage resulting

either directly or indirectly by or on account of its Team.

The SI’s representative shall have all the powers requisite for the performance of services

under this contract. The SI’s representative shall liaise with the STPI representative for the

Page 43: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 42

proper coordination and timely completion of the works and on any other matters pertaining

to the works. The representative extend full co-operation to STPI representative in the manner

required by them for supervision/ inspection/ observation of the Data Centre facilities,

equipment/ material, procedures, performance, reports and records pertaining to the works.

The representative shall also have complete charge of the SI’s personnel engaged in the

performance of the works and to ensure internal discipline, compliance of rules, regulations

and safety practice. The representative shall also co-ordinate and co-operate with the other

Service Providers/ Vendors of the STPI working at the Site/offsite for activities related to

planning, execution of scope of work and providing services under this contract.

7.7 Knowledge of Site Conditions:

The SI’s undertaking of this Contract shall be deemed to mean that the SI possesses the

knowledge of all data centre related requirements as stipulated in the Tender Document

including but not limited to environmental, demographic and physical conditions and all

criteria required to meet the design of the data centre.

7.8 Termination clause

Either party may terminate the contract, with thirty days prior written notice, if the other

party has committed a material breach of the contract and if such breach has not been cured

during the notice period.

However, STPI reserves the right to cancel the contract placed on the selected bidder by

providing a 30 day written notice and recover expenditure incurred by STPI under the

following circumstances:-

a) The selected bidder commits a serious material breach of any of the terms and conditions of

the proposal.

b) The bidder goes into liquidation, voluntarily or otherwise.

c) If the selected bidder fails to complete the assignment as per the time lines prescribed in the

RFP and the extension if any allowed, it will be a material breach of contract. The STPI

reserves its right to cancel the order in the event of delay and forfeit the proposal security as

liquidated damages for the delay.

d) If deductions of account of liquidated damages /Penalty exceeds more than 10% of the total

contract price.

e) In case the selected bidder fails to deliver the quantity as stipulated in the delivery schedule,

STPI reserves the right to procure the same or similar product from alternate sources at the

risk, cost and responsibility of the selected bidder for a maximum of 20% of the undelivered

value of the goods supplied or services rendered.

f) After award of the contract, if the selected bidder does not perform satisfactorily or delays

execution of the contract, STPI reserves the right to get the balance contract executed by

another party of its choice by giving one month(s) notice for the same. In this event, the

selected bidder is bound to make the additional expenditure, which STPI may have to incur

in executing the balance contract. This clause is applicable, if for any reason, the contract is

cancelled.

Page 44: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 43

g) STPI reserves the right to recover any dues payable by the selected Bidder from any amount

outstanding to the credit of the selected bidder, including the pending bills and/or invoking

the bank guarantee under this contract.

7.9 Liquidated damages (LD)

a) Notwithstanding STPI’s right to cancel the order, liquidated damages for late delivery at 1%

(One percent) of the undelivered items/equipment of corresponding value of supply per week

will be charged for every week’s delay in the specified delivery schedule subject to a maximum

of 10% of the corresponding value of supply.

b) Liquidated damages for late commissioning at 1% (One percent) of the corresponding value

of commissioning per week will be charged for every week(s) delay in commissioning to a

maximum of 10% of the corresponding value of commissioning.

c) The LD shall be levied to the bidder a cumulative maximum of 10 % of the overall bid value.

d) STPI reserve its right to recover these amounts by any mode such as adjusting from any

payments to be made by STPI to the bidder. Liquidated damages will be calculated on per

week basis.

7.10 Service Level and Penalty

e) The Bidder shall perform its obligations under the agreement entered into with the STPI, in a

professional manner.

f) In the event of failure of maintaining the SLA, penalty should be imposed on basis of the cost

of concerned hardware equipment as per mentioned in SLA would be levied subject to a

maximum of 10% of the total hardware / supply/service cost.

g) If any act or failure by the bidder under the agreement results in failure or inoperability of

systems and if STPI has to take corrective actions to ensure functionality of its property, STPI

reserves the right to impose penalty, which may be equal to the cost it incurs or the loss it

suffers for such failures.

h) STPI may impose penalty to the extent of damage to its any equipment, if the damage was

due to the actions directly attributable to the staff of Bidder.

i) If the Bidder fails to complete the due performance of the contract in accordance with the

specification and condition of the offer document, the SPTI reserves the right either to cancel

the order or to recover a suitable amount as deemed reasonable as penalty for non –

performance.

Page 45: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 44

7.11 Category of SLA’s

a) The following measurements and targets shall be used to track and report performance on a

regular basis during the implementation of the project.

b) The penalty for various delays and deficiencies in services will be as follows:

c) Delay in execution of project: If the successful bidder does not complete the project within

the stipulated period given in the Scope of Work, a penalty at the rate of 1% of total quoted

value per week will be levied for a maximum period of ten weeks. If the services are not

completed even within this ten-week period, then the contract will be liable for termination,

in part or whole, at the discretion of STPI and at the risk and cost of the selected Bidder.

d) Onsite Warranty Support: The successful bidder will provide five years on-site warranty

support for all hardware parts supplied by the bidder from the date of installation and

commissioning of hardware.

e) Non-IT & IT infrastructure service levels: The successful bidder will provide One year

Data Centre uptime with service levels applicable on all Non-IT & IT components, which are

part of BOM of RFP. The measurements and targets shall be used to track and report

performance on a regular basis. If any component is found not maintaining service levels,

approved penalty will be imposed as mentioned in the RFP sections.

7.12 Dispute resolution and Arbitration

STPI and the Selected Bidder shall make every effort to resolve amicably by direct informal

negotiations, any disagreement or disputes, arising between them under or in connection with

the Contract. The Bidder and STPI shall make endeavour their best to amicably settle all

disputes arising out of or in connection with the Contract in the following manner:

The Party raising a dispute shall address to the other Party a notice requesting an amicable

settlement of the dispute within seven (7) days of receipt of the notice.

Matter will be referred for negotiation between Officer nominated by Director, STPI and the

Authorized Official of the Bidder. The matter shall then be resolved between them and the

agreed course of action documented within a further period of 15 days.

In case any dispute between the Parties, does not settle by negotiation in the manner as

mentioned above, the same may be resolved exclusively by The Arbitration and Conciliation

Act, 1996

Any disputes, differences, claims and demands arising under this contract shall be referred to

arbitrator to be appointed as per The Arbitration and Conciliation Act, 1996.

Page 46: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 45

7.13 Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected

bidder or STPI as the case may be which they could not foresee or with a reasonable amount

of diligence could not have foreseen and which substantially affect the performance of the

contract, such as:

Natural phenomenon, including but not limited to floods, droughts, earthquakes and

epidemics.

Acts of any government, including but not limited to war, declared or undeclared priorities,

quarantines and embargos.

Terrorist attack, public unrest in work area provided either party shall within 10 days from

occurrence of such a cause, notifies the other in writing of such causes. The bidder or STPI

shall not be liable for delay in performing his/her obligations resulting from any force majeure

cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination

of contract by parties and all obligations expressed quantitatively shall be calculated as on

date of termination. Notwithstanding this, provisions relating to indemnity, confidentiality

survive termination of the contract.

Force Majeure shall not include any events caused due to acts/omissions of such Party or

result from a material breach/contravention of any of the terms of the Contract, Proposal

and/or the Tender. It shall also not include any default on the part of a party due to its

negligence or failure to implement the stipulated/proposed precautions, as were required to

be taken under the Contract.

The failure or occurrence of a delay in performance of any of the obligations of either party

shall constitute a Force Majeure event only where such failure or delay could not have

reasonably been foreseen, or where despite the presence of adequate and stipulated

safeguards the failure to perform obligations has occurred. In such an event, the affected

party shall inform the other party in writing within five days of the occurrence of such event.

STPI will make the payments due for Services rendered till the occurrence of Force Majeure.

However, any failure or lapse on the part of the Selected Bidder in performing any obligation

as is necessary and proper, to negate the damage due to projected force majeure events or

to mitigate the damage that may be caused due to the above mentioned events or the failure

to provide adequate disaster management/recovery or any failure in setting up a contingency

mechanism would not constitute force majeure, as set out above.

In case of a Force Majeure, all Parties will endeavour to agree on an alternate mode of

performance in order to ensure the continuity of service and implementation of the

obligations of a party under the Contract and to minimize any adverse consequences of Force

Majeure.

7.14 Failure to agree with terms & conditions of the contract

Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall

constitute sufficient grounds for the annulment of the award, in which event STPI may award

Page 47: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 46

the contract to the next best value bidder or call for new bids from the interested bidders or

invoke the PBG of the most responsive bidder. However, Bidder shall be allowed to submit

minor deviations without any cost implications and allowed for opportunity to mutually discuss

its terms and conditions. The final decision in such an occurrence lies with STPI.

7.15 Indemnity

The Selected Bidder shall execute and furnish to the STPI, a Deed of Indemnity in favour of

the STPI, in a form and manner acceptable to the STPI, indemnifying STPI from and against

any costs, loss, damages, expense, claims including those from third parties or liabilities of

any kind how-so-ever suffered including patent, copyright, trademark and trade secret,

arising or incurred inter-alia during and after the Contract period out of:

a) Negligence or wrongful act or omission by the Selected Bidder or its team or any Agency/

Third Party in connection with or incidental to this Contract; or

b) Any material breach of any of the terms the Selected Bidder’s Proposal as agreed, the

Tender and this contract by the Selected Bidder, its Team or any Agency/ Third Party.

c) Bidder (the "Indemnifying Party") undertakes to indemnify the client (the "Indemnified

Party") from and against all losses, claims for damages including losses, claims for

damages on account of bodily injury, death or damage to tangible.

d) The indemnity shall be to the extent of 100% of project cost in favour of the STPI.

7.16 Fraud and Corrupt practices

a) The Bidders and their respective officers, employees, agents and advisers shall observe the

highest standard of ethics during the Selection Process. Notwithstanding anything to the

contrary contained in this RFP, the STPI shall reject a Proposal without being liable in any

manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly

or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the

Selection Process. In such an event, the STPI shall, without prejudice to its any other rights

or remedies, forfeit and appropriate the Proposal Security or Performance Security, as the

case may be, as mutually agreed genuine pre-estimated compensation and damages payable

to the Authority for, inter alia, time, cost and effort of the Authority, in regard to the RFP,

including consideration and evaluation of such Bidder Proposal.

b) Without prejudice to the rights of the STPI under Clause above and the rights and remedies

which the STPI may have under the LoI or the Contract Agreement, if an Bidder or Systems

Integrator, as the case may be, is found by the STPI to have directly or indirectly or through

an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice during the Selection Process, or after the issue of

the LoI or the execution of the Agreement, such Bidder shall not be eligible to participate in

any tender or RFP issued by STPI during a period of < period, suggested 2 (two) > years from

the date such Bidder, as the case may be, is found by the STPI to have directly or through an

agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,

undesirable practice or restrictive practice, as the case may be.

Page 48: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 47

c) For the purposes of this Section, the following terms shall have the meaning hereinafter

respectively assigned to them:

i. “Corrupt practice” means

Engaging in any manner whatsoever, whether during the Selection Process or after the issue

of the LoI or after the execution of the Agreement, as the case may be, any person in respect

of any matter relating to the Project or the LoI or the Agreement, who at any time has been

or is a legal, financial or technical consultant/ adviser of the STPI in relation to any matter

concerning the Project; “fraudulent practice” means a misrepresentation or omission of facts

or disclosure of incomplete facts, in order to influence the Selection Process;

offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence

the action of any person connected with the Selection Process (for avoidance of doubt, offering

of employment to or employing or engaging in any manner whatsoever, directly or indirectly,

any official of the STPI who is or has been associated in any manner, directly or indirectly

with the Selection Process or the LoA or has dealt with matters concerning the Agreement or

arising there from, before or after the execution thereof, at any time prior to the expiry of

one year from the date such official resigns or retires from or otherwise ceases to be in the

service of the STPI, shall be deemed to constitute influencing the actions of a person

connected with the Selection Process); or

ii. “Coercive practice” means impairing or harming or threatening to impair or harm, directly or

indirectly, any persons or property to influence any person s participation or action in the

Selection Process;

iii. “Undesirable practice” means

establishing contact with any person connected with or employed or engaged by STPI with

the objective of canvassing, lobbying or in any manner influencing or attempting to influence

the Selection Process; or having a Conflict of Interest; and

iv. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement

among Bidders with the objective of restricting or manipulating a full and fair competition in

the Selection Process.

7.17 Exit Management Plan

The selected bidder shall not exit from the contract within stipulated time of one year and six

months. However, in the event that the selected bidder decides to opt out of the contract

prematurely it has to notify the authority three months in advance through a written letter,

bidder will not seek ownership rights over the equipment and its PBG will be forfeited.

If the selected bidder exits from the contract during the execution within the stipulated time

then STPI reserves the right to terminate the contract and may ask the L2 bidder to match

the price of L1 bidder and execute the remaining work as per RFP scope of work.

a) Upon successful completion of the contract period upon termination of the agreement for any

reasons, the Successful Bidder shall comply with the following:

Notify to the STPI forthwith the particulars of all Project Assets

Page 49: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 48

Transfer entire Data Centre Equipment & Network in working condition to STPI

Deliver forthwith actual or constructive possession of the project, free and clear of all

encumbrances and execute such deeds, writings and documents as may be required by the

STPI for fully and effectively divesting the Successful Bidder of all of the rights, title and

interest of the successful bidder in the project and conveying the project

Comply with the divestment requirements set out except in case if termination of this

agreement is due to STPI event of default, In case of termination due to STPI event of default,

the successful bidder shall have implemented the maintenance schedule as well as any repairs

pointed out by the Consultant in its Operations & Maintenance inspection report prior to date

of termination notice. In case of termination due to Force Majeure event, the divestment

requirements shall be agreed between STPI and the successful Bidder.

Pay all transfer costs and stamp duty applicable on handing back of project assets except in

case the Project is being transferred due to Default of STPI or expiry of contract period, where

STPI shall be responsible for transfer costs and stamp duty, if any. For clarification of doubt,

transfer costs in this Clause relate to taxes and duties applicable at transfer of Project, if any.

b) Subject to clause (a) of exit management, upon completion of the contract period or upon

termination of the agreement, the Successful Bidder shall comply and conform to the following

Divestment Requirements in respect of the Project:

All Project Assets including the hardware, software, documentation and any other

infrastructure shall have been renewed and cured of all defects and deficiencies as necessary

so that the Project is compliant with the specifications and standards set forth in the RFP,

Agreement and any other amendments made during the contract period.

The Successful Bidder delivers relevant records and reports pertaining to the Project and its

design, engineering, operation, and maintenance including all operation and maintenance

records and manuals pertaining thereto and complete as on the Divestment Date.

The Successful Bidder executes such deeds of conveyance, documents and other writings as

the STPI may reasonably require to convey, divest and assign all the rights, title and interest

of the Successful Bidder in the Project free from all Encumbrances absolutely and free of any

charge or tax unto the STPI or its Nominee.

The Successful Bidder complies with all other requirements as may be prescribed under

applicable Laws to complete the divestment and assignment of all the rights, title and interest

of the Successful Bidder in the Project free from all encumbrances absolutely and free of any

charge or tax to STPI or its nominee.

c) Not earlier than 3 (three) months before the expiry of the contract Period but not later than

30 (thirty) days before such expiry, or in the event of earlier Termination of the contract,

immediately upon but not later than 15 (fifteen) days from the date of issue of Termination

Page 50: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 49

Notice, the Consultant as nominated by STPI shall verify, in the presence of a representative

of the Successful Bidder, compliance by the Successful Bidder with the Divestment

Requirements set forth in relation to the Project and, if required, cause appropriate tests to

be carried out at the Successful Bidder cost for determining the compliance therewith. If any

shortcomings in the Divestment Requirements are found by either Party, it shall notify the

other of the same and the Successful Bidder shall rectify the same at its cost.

d) The Exit Plan should cover the following :-

Execute all documents that may be necessary to effectively transfer the ownership and

title, including OEM warranties in respect of all equipment;

Handover all developed codes, related documentation and other Configurable items, if any

in his possession;

Handover the list of all IT Assets, passwords at all locations to the Client.

e) The Exit Plan should include the bidder and client (or authorized person) signing a completion

certificate at the end of successful completion (all points tracked to closure) of the Exit Plan.

7.18 Law Governing Contract

The Contract shall be interpreted in accordance with the laws of the Union of India and the

State of Odisha

7.19 Notices

Any notice given by one party to the other pursuant to this contract shall be sent to the other

party in writing or by telex, email, cable or facsimile to the other party’s address, and

confirmed in writing by the other party. A notice shall be effective when delivered or tendered

to other party whichever is earlier.

7.20 Taxes and Duties

All payments will be subjected to tax deduction at source as applicable/ required at the

prevailing tax rates. Any changes, revision or enactment in duties like GST, taxes and

surcharges during the period of validity of the Bids and also during the contract period by

Central/State/Other Government bodies will be considered and applied after due

consideration.

7.21 Insurance

Insurance coverage for project period for any losses, damages to equipment may be taken

by STPI directly and SI will assist STPI in procuring the same by STPI. However, the SI has

to do transit insurance which shall cover till the delivery of products to the customer’s

premises.

Page 51: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 50

7.22 Reporting Progress:

SI shall monitor progress of all the activities specified in the contract and submit monthly

progress report about various aspects of the work to STPI. STPI on mutual agreement

between both parties may change the periodicity of such reports. The same has to be

submitted in soft copy as well. Formats for such reporting shall be discussed at the Kick-Off

meeting.

7.23 STPI Obligation

STPI representative shall interface with the Selected Bidder, to provide the required

information, clarifications, and to resolve any issues as may arise during the execution of the

Contract.

STPI shall ensure that timely approval is provided to the selected Bidder, where deemed

necessary, which should include diagram / plans and all specifications related to services

required to be provided as part of the Scope of Work.

7.24 Statutory requirements

During the tenure of this contract, nothing shall be done by the Selected Bidder in

contravention of any applicable law, act and / or rules / regulations, there-under or any

amendment thereof governing inter-alia customs, stowaways, foreign exchange etc. and shall

keep STPI indemnified in this regard.

The SI and their personnel/ representative shall not alter / change / replace any hardware

component proprietary to STPI and/or under warranty or AMC of third party without prior

consent of STPI.

The SI and their personnel/representative shall not without consent of STPI install any

hardware or software not purchased / owned by STPI.

7.25 Price Revision

Prices quoted must be firm and shall not be subject to any upward revision on any account

what so ever throughout the period of contract.

7.26 Limitations of Liability

The total Liability of the bidder in connection with any damage or loss under this contract is

maximum 100% of the project cost.

7.27 “No Claims” certificate

The Selected Bidder shall not be entitled to make any claim, whatsoever against STPI, under

or by virtue of or arising out of, the contract, nor shall STPI entertain or consider any such

claim, if made by the Selected Bidder after it has signed a “No claim” certificate in favour of

STPI in such form as shall be required by it after the work is finally accepted.

Page 52: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 51

7.28 Relationship between the Parties

i. Nothing in the Contract constitutes any fiduciary relationship between STPI and Selected

Bidder/ Bidder’s Team or any relationship of employer employee, principal and agent, or

partnership, between the STPI and Selected Bidder.

ii. No Party has any authority to bind the other Party in any manner whatsoever except as

agreed under the terms of the Contract.

iii. STPI will not be under any obligation to the System Integrator’s team except as agreed under

the terms of the Contract

7.29 No Assignment

The Selected Bidder shall not transfer any interest, right, benefit or obligation under the

contract without the prior written consent of STPI.

7.30 Entire Contract

The terms and conditions laid down in the Tender and all annexures thereto as also the

Proposal and any attachments/annexes thereto shall be read in consonance with and form an

integral part of the Contract. The Contract supersedes any prior contract, understanding or

representation of the Parties on the subject matter.

7.31 Modification

Any modification of the Contract shall be in writing and signed by an authorized representative

of each Party.

7.32 Application

These General Conditions shall apply to the extent that provisions in other parts of the

Contract do not supersede them.

7.33 Jurisdiction of courts

Courts at New Delhi shall have the jurisdiction in case of litigation between the parties.

7.34 Confidentiality

Except with the prior written consent of the Client, the bidder and the Personnel shall not at

any time communicate to any person or entity any confidential information acquired in the

course of the Services, nor shall the bidder and the Personnel make public the

recommendations formulated in the course of, or as a result of, the services.

Page 53: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 52

Any information pertaining to STPI or any other agency involved in the project, matters

concerning STPI or with the agency that comes to the knowledge of the vendor in connection

with this contract will be deemed to be confidential and the contractor will be fully responsible

for the same being kept confidential and held in trust, as also for all consequences of its

concerned personnel failing to do so. The vendor shall ensure due secrecy of information and

data not intended for public distribution.

7.35 Right of monitoring, Inspection and Audit

STPI at its discretion may appoint third party for auditing the activities of onsite services and

operations of entire services provided to STPI.

STPI reserves the right to inspect and monitor / assess the progress / performance at any

time during the course of the Contract, after providing due notice to the Selected Bidder.STPI

may demand, and upon such demand being made, the selected bidder shall provide with any

document, data, material or any other information required to assess the progress of the

project but that will exclude the internal costing records from the scope of audit. The selected

bidder shall provide MIS reports weekly, monthly, quarterly and yearly as required by STPI.

STPI shall also have the right to conduct, either itself or through any another agency as it

may deem fit, an audit to monitor the performance by the Selected Bidder of its

obligations/functions in accordance with the standards committed to or required by STPI and

the Selected Bidder undertakes to cooperate with and provide to STPI/ any other Consultant/

Agency appointed by the STPI, all documents and other details as may be required by them

for this purpose. Any deviations or contravention identified as a result of such

audit/assessment would need to be rectified by the Selected Bidder failing which STPI may,

without prejudice to any other rights that it may have, issue a notice of default.

7.36 Information Security

The Selected Bidder shall not carry and/or transmit any material, information, layouts,

diagrams, storage media or any other goods/material in physical or electronic form, which

are proprietary to or owned by the STPI, out of premises, without prior written permission

from the STPI.

The Selected Bidder shall, upon termination of this agreement for any reason, or upon demand

by STPI, whichever is earliest, return any and all information provided to the Selected Bidder

by STPI, including any copies or reproductions, both hard copy and electronic.

7.37 Publicity

Any publicity by the bidder containing the name of STPI should be done only with the explicit

written permission from STPI.

The Selected bidder shall not make or permit to be made a public announcement or media

release about any aspect of this Contract unless the STPI first gives its written consent to the

selected bidder.

Page 54: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 53

7.38 Acceptance Tests

The selected bidder in presence of the STPI authorized team will conduct acceptance test at

the site. The test will involve installation and commissioning and successful operation of the

hardware, software, network equipment etc. The testing shall be carried out in order to

ensure that the solution has been properly engineered and integrated so that the quality of

services offered to users is at a satisfactory level. No additional charges shall be payable by

the STPI for carrying out these acceptance tests.

The acceptance testing shall include tests for capacity and scalability on the equipment and

functional tests

The successful bidder shall submit an acceptance test schedule. STPI shall have the right to

make modifications or additions to any test configuration or techniques of measurement or

number of tests as considered necessary by it

The selected bidder must provide at its own cost, the software programs and testers required

to carrying out the acceptance tests

Selected bidder must demonstrate to the STPI the services and its physical security & safety

features

STPI reserves the right to randomly test services upon completion of installation. If the results

of those tests are deemed unacceptable, Successful Bidders shall correct all identified errors

if it was deemed that the installation was in error

Once installation and commissioning of equipment is completed a random sizeable sample

would be tested to check the effectiveness of the equipment

Services must run fifteen (15) consecutive days (Trial run period) without any equipment

hardware / software failure. Failure during such time will require replacement, reinstallation

which will be done within 7 days

Based on the feedback received from users and successful completion of the run the project

will proceed towards Go-Live.

All the documentation requirements have to be met, and selected bidder has to certify in

writing to the STPI that the infrastructure created is operational, in accordance with the

specifications and ready to use.

7.39 Patents

The Bidder shall indemnify STPI against all third party claims of infringement of patent,

trademark or industrial design and intellectual property rights arising from the use of

equipment and services or any part thereof.

Page 55: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 54

7.40 Commencement of Operations

Subjected to satisfactory completion of the acceptance tests, Successful Bidder shall provide

declaration letter stating the necessary equipment as per the specifications provided in this

RFP has been installed and is ready for providing service to the user. The date of declaration

letter provided by the Successful Bidder shall be considered for commencement of operations.

7.41 Up keeping of the equipment

Selected Bidder shall ensure to operate the equipment at most care by deploying a skilled

and experienced operating staff.

It is the responsibility of the Successful Bidder to get the faulty equipment repaired at his own

expense for those faults or damages caused by Electrical Surges, Variations in voltage, Power

fluctuations, Earth leakage, Vibrations, Physical damage, fire etc. which are not covered under

warranty contract with OEM.

7.42 Employees of the System Integrator (Implementation & Operations Team)

The selected bidder at its own expense shall deploy skilled and experienced professionals in

the area of Civil, Electrical, Mechanical & IT operations etc. during implementation and

operations of the NOC, and helpdesk. Such skilled resources are necessary for the proper

and timely execution and maintenance of STPI Data Centre project. The overall project works

shall be monitored by the experienced project manager designated by the selected bidder.

Selected Bidder is expected to have adequate resources working in parallel during

implementation of the project for timely completion of the project.

During O&M Period selected bidder is expected to deploy O&M team for ensuring smooth

operations of the Data Centre.

In the event of the STPI being of the opinion that the selected bidder has not employed

sufficient number of staff and workmen as is necessary for the proper completion of

the project within the time prescribed, the selected bidder shall forthwith on receiving

intimation to this effect take additional staff and labour (at his own expense) specified by

STPI within 3 days for timely completion of works.

The support expert pool and the support staff for implementation shall be deployed at STPI

site as per the resource deployment plan.

7.43 Statutory and other obligations regarding Workmen

The Successful Bidder shall comply with all Government Regulations and Enactment

pertaining to workmen, labour and all statutory obligations and STPI shall be indemnified

of any effects/impact.

Page 56: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 55

7.44 Safety Regulations

Successful Bidder shall be responsible to take all precautions to ensure the safety of the

person or property of the STPI and Data Centre while performing its obligations hereunder

It is the responsibility of the bidder to carry the material/equipment to the location of the

installation; SI will be penalized for any damage caused to property/ STPI Elite building.

It is the responsibility of the Successful Bidder to comply with all sorts of safety measures

under applicable law in regards to men and material deployed for the project.

7.45 Warranty of Equipment

The Bidder is required to provide warranty valid for Five (5) Years, for all supplied equipment

as per financial bid format provided in the RFP.

The Bidder shall warrant that all the equipment supplied under the contract is newly

manufactured and shall have no defect arising out of design, materials or workmanship or

from any act or omission of the Bidder that may develop under normal use of the supplied

equipment’s in the conditions prevailing across the country.

The Bidder shall warrant that the services provided under the contract shall be as per the

Service Level Agreement (SLA) defined in the tender.

This warranty, for all equipment’s, shall remain valid for Five (5) Years after the complete

installation and final commissioning of the Data Centre. The installation will be deemed

incomplete if any component of the equipment or any documentation/media is not delivered

or is delivered and not installed and/or not operational or not acceptable to STPI after final

acceptance testing.

STPI shall promptly notify the Bidder about any claims arising under this warranty. Upon

receipt of such notice, the bidder shall repair/ replace/ reconfigure/ re-provision the defective

equipment or service.

The supplier shall ensure during the comprehensive warranty period that all the supplied

stores continue to function as per the parameters mentioned in technical specification. During

warranty period, maintenance of all stores including pick-up of the faulty equipment for repair,

replacement and repair/fault rectification, delivery of the rectified equipment shall be

undertaken by the supplier at no additional cost to the buyer. The supplier will be responsible

for the maintenance/preventive maintenance of the complete system. Any Malfunctioning or

defective items shall be replaced by the supplier free of cost at project site as early as possible,

under the following condition:-

If the bidder, having been notified, fails to remedy the defect(s) within the period specified in

the SLA, STPI may proceed to take such remedial action as may be necessary at the Bidder’s

risk and expense and without prejudice to any other rights, which STPI may have against the

Bidder under the contract.

Page 57: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 56

7.46 OEM Certification

(a) The OEM Certificate as per the Annexure-11 or 12& 13 as applicable stating that the bidding

company is the Original Equipment Manufacturer of the equipment they are offering, shall

produce signed declaration certificates, giving reference of this Tender Enquiry, who is

authorized to offer their equipment and a commitment to provide maintenance support during

the comprehensive warranty period.

(b) In case the stores are supplied by the authorized supplier of the OEM, then the

OEM certificate (Annexure-11) shall state that, in case the authorized supplier fails to repair/

maintenance the equipment during the comprehensive warranty, the responsibility for

maintenance of the equipment provided would then be taken over by the OEM

(c) The complete contact details of the OEM (Name and designation of contact person, postal

address, e mail ID and telephone & FAX numbers) will be furnished and the buyer may at his

discretion verify the authorization from the OEM, failure of which may result in the bidder

being black listed and / or barred from participating for any future tender of this organization.

7.47 O&M and AMC of Equipment

It is the responsibility of the selected bidder to operate and maintain STPI DC for the entire

contract period and shall bear all the recurring expenditure (AMC of the support equipment,

Operating staff salaries, And Incidental expenses etc.) and bear any other expenses which

are not covered under above for implementation of this project.

It is the responsibility of the selected bidder to ensure AMC for the support equipment from

time to time to keep the equipment in working condition during the contract period and shall

bear this expenditure. However, consumables may be reimbursed as per actuals post approval

from STPI.

7.48 Performance & Spares

a. The Bidder shall specify in the Technical Proposal the complete list of spares that will be

maintained for meeting the various SLA parameters specified in the tender.

b. The Successful Bidder shall stand guarantee for the supply of spares of all the equipment

under the scope of supply for a minimum period of 5 years from the date of awarding the

contract and also guarantee that discontinuity of production of any item offered as a part of

the system shall not affect the maintainability of the system for a period of 5 years from the

start date of operation and maintenance support of data centre.

Page 58: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 57

7.49 Ownership of Documents:

All documents and reports prepared or obtained by the Consultant in performing the Services

shall become and remain the property of STPI, and the Consultant shall, not later than upon

termination or expiration of this Contract, deliver all such documents to STPI, together with

a detailed inventory thereof.

7.50 Manpower deployment

The bidder has to propose Manpower deployment plan in accordance with the project

requirements and stages. The below is the minimum requirements of the manpower to be

deployed for the project. The bidder shall deploy the resources for the minimum residential

period (MRP) as per the below table. Minimum residential period means the time period for

which the professional has to be present in the data centre site during the implementation of

the project.

The SI shall post an on-site full time Team Leader and support staffs as given below who are

dedicated solely to look after the entire implementation duration of the Data Centre. The

project manager shall coordinate with the designated officer of the tendering authority. The

manpower deployed has to be part of the project during the entire period of implementation,

no replacement of key experts will be allowed during the implementation of data centre. Only

replacement of one key expert is allowed between the proposal date and the date of

commencement of project. Similarly minimum 80% key experts have to be on the payroll of

the project as on bidding date and the bidder shall commit to engage hundred percent of the

key resources on its payroll before commencement of the project.

If any of the key experts become unavailable for the implementation period, the SI shall

provide a written adequate justification and evidence satisfactory to STPI together with the

substitution request. In such case, a replacement key expert shall have equal or better

qualifications and experience than those of the originally proposed key expert. The technical

evaluation score, however, will remain to be based on the evaluation of the CV of the original

Key Expert.

The team leader and the support staff shall be available at implementation site on all working

days.

Sl No. Role No’s Minimum Qualification & Relevant

Experience

Key Experts

1 Project Manager

MRP: 6 Weeks

1 B.E. / B. Tech/AMIE/MCA/Masters with

10+ Years’ experience including

Page 59: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 58

(Minimum 5 days a

week)

minimum 5 year experience in Data

Centre project management

2 Team Leader

MRP: Entire project

Duration(Minimum 5

days a week)

1 B.E. /B. Tech/AMIE/MCA with 5 Years’

experience including minimum 5-year

experience in Data Centre Project

Management.

3 Accredited Tier

Designer /Certified

TIA 942 Design

Consultant

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. /B. Tech/AMIE/MCA with 8 Years’

experience with experience in Data

Centre Design and ATD Certification

3 Electrical Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. /B. Tech in Electrical / EEE with 8

Years’ experience including minimum

3-year experience in HT/LT

Installation/Maintenance.

4 HVAC Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E. /B. Tech in Mechanical, With 5

Years’ experience including minimum

3-year experience in HVAC installation

maintenance.

5 ELV Expert

MRP: 6 Weeks

(Minimum 5 days a

week)

1 B.E./B. Tech in

Mechanical/Electrical/ECE/EEE, 5 Years'

experience including minimum 3 year

experience Data Centre ELV

Installations

6 Network / Cloud

Administrator

MRP: 6 Weeks

(Minimum 5 days a

1 B.E./B. Tech /MCA/AMIE with 3 Years

relevant experience, CCNA/CCNP/

CCSP/CISSP or equivalent

Page 60: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 59

week)

Support Staff

1 Server Specialist 1 B.E./B. Tech /MCA/AMIE with 3 Years

relevant experience, CCNA/CCNP/

CCSP/CISSP or equivalent

2 Project Coordinator

MRP: Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years’

experience

3 Health & Safety

Environment Officer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years’

experience

4 Electrical Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years’

experience

5 HVAC Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years’

experience

6 Network Engineer

Entire project

Duration(Minimum 5

days a week)

1 Graduate/ Diploma in with 3 Years’

experience

Page 61: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 60

7.51 Project Timelines

The estimated timeline shall be as Annexure 9: Detailed timeline and work Plan. The start

date of the project shall be from the date of signing the contract excluding the implementation

period. No extensions shall be permitted by STPI.

Week Activity STPI Consultant SI Remarks

T Project Kick-off

Day

√ √ √ This would be done

within 2 weeks of issue of

work order

T + 2 Preparation &

Submission of DC

Design, DC lay-

out and Project

plan

√ √ STPI and Consultant

shall provide support.

T+3 Submission of

Inception Report

√ √

STPI and Consultant

shall provide support.

T + 4 Approval of the

Design and Lay-

out

√ Consultant to work with

SI for approval

T + 12 Supply of major

components

√ √ Consultant shall carry

out the project

management activities.

STPI to review the

progress on a periodic

basis.

T + 18 Commissioning of

Data Centre

√ √ STPI and Consultant

shall provide support.

T + 18 Availability of raw

power

√ √ STPI and Consultant

shall provide support.

T + 20 User Acceptance

Tests

√ √ Consultant shall lay down

UAT plan

T + 22 Final Acceptance

Testing & Project

Sign-Off

√ √ √

Page 62: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 61

Week Activity STPI Consultant SI Remarks

T+24 Go-Live √ √ √

TOTAL TIME FOR THE COMPLETION OF THE PROJECT: 24 WEEKS. IN CASE THE

PROJECT IS NOT COMPLETED IN TIME, THEN STPI WILL ENFORCE THE CLAUSE 7.11

(c).

7.52 Payment Schedule

Payment will be released to the successfully shortlisted bidder in phased manner as stated

below:

Deliverables Payment Remarks

Inception Report 10% of total quoted

value

The bidder would be given 10% of

payment after the project kick off and

submission of inception report.

Delivery of all Non-IT

components of DC

40% of total quoted

value

Delivery of Non-IT components like

Transformer (PSS), DG set, UPS, PAC,

BBT electrical panels.

Delivery of all Passive

cabling

10% of total quoted

value

Delivery of all Passive cabling( Fibre

and copper)

Delivery of all IT

components of DC

15% of total quoted

value

Delivery of IT components like Router,

Server, Switches (Core & Leaf),

Firewall, HCI,

Installation &

Commissioning of all

Non-IT & IT

components of DC

10% of total quoted

value

On Successful installation and

commissioning of all Non IT and IT

equipment’s

Final Acceptance Test 5% of total quoted

value

On successful completion of final

acceptance test and submission of

completion certificate

Page 63: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 62

On successful running of

DC for one year from

final acceptance test

and submission of

documentation

Final 10% of total

quoted value

The payment will be against submission

of Performance Bank Guarantee, 10%

of quoted value valid for 1 years.

Operations and

maintenance

Management for 1 year

payable quarterly

25% (per quarter) of

the yearly quoted

price.

1st quarter pay-out

will be made post

submission of

structured cabling

certification valid for

25 yrs.

Payment terms would be quarterly in

arrears after making due adjustment

with SLA/ performance

The payment will be against submission

of performance Bank Guarantee(10 %

of total O & M value) valid for 1 year

Note: - All the payments will be made to the successful bidder in Indian Rupees only.

Payments will be made after thirty (30) days of receiving the invoice subject to approval from

competent authority. The billing has to be made in the name of STPI.

Page 64: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 63

8 Design considerations for the STPI Data Centre

8.1 Location and Environment

The location of the proposed Data Centre is 2nd Floor, STPI Elite Building (Upcoming),

Gothapatna, Bhubaneswar, Odisha (Co-ordinates: 20°17'34"N, 85°44'32"E). The Data Centre

subsystems shall be designed for the following ambient conditions:

Ambient Temperature: Max. 46 Degree Celsius

Relative Humidity: 0 to 95%

Seismic: Zone 3

8.2 Functional Areas

8.2.1 Datacentre

STPI is proposing to construct a Data centre meeting guidelines in a space of 7500 Sq. Ft.

The DC should have the following functional areas:

o Server farm: 3500 Sq. Ft.

o Communication Room(MDA)1 &2

o ISP Room(POI) 1 & 2

o Staging Room

o Network Operating Centre (NOC)

o BMS Room

o Meeting Rooms

o Electrical room 1 & 2 and Battery Room( Basement)

o Electrical Room 1 & 2 ( 2nd Floor)

The proposed layout of various functional area of the Datacentre is given in the Drawings

below. The below indicative layout is also attached as annexure to this document.

Page 65: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 64

Figure 1: Data Centre Layout

8.2.2 HT/Transformer yard

The HT/Transformer yard shall be located in perimeter of STPI premises. The bidder is

required to visit the site and carry out a site survey prior to submission of the bids.

The HT/Transformer yard shall have the following functional areas:

Supply and installation of new RMU panel as per CESU requirement

One Packaged substation(PSS)

Packaged Substation consists of

o 2 No's Load breaker Switch and one VCB(630 A)

o Dry type transformer(1250 KVA)

o LT breaker ( 1XIncomer, 3X outgoing 2000 A)

DG Yard consisting of a maximum 1 number of 750 KVA Diesel Generator

Underground Fuel Tank with fuel unloading bay

8.3 Server Farm

It is proposed to house about 120 racks in the server farm area. The server farm area is

divided into 4 zones depending on the power load density:

Server Room 1: 4 KW per Rack(Phase-1)

Server Room 2: 4 KW per Rack(Phase-2,Future)

Server Room 3: 4 KW per Rack(Phase-3,Future)

Network Room & ISP Room : 2 KW per Rack(Phase-1)

Page 66: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 65

8.4 Power Supply Distribution

Based on below consideration, the total IT load is calculated as below:

Power Calculation STPI, Bhubaneshwar

1. IT Power Type of rack Nos. KW

rating KW Diversity Power Unit

Data Center Phase 1

Server room 1

Server 33 4.00 132 100% 132.00 kW

Network 4 2.0 8 100% 8.00 kW

Network room 1 Network 3 2.0 6 100% 6.00 kW

Network room 2 Network 3 2.0 6 100% 6.00 kW

POI room 1 Network 2 2.0 4 100% 4.00 kW

POI room 2 Network 2 2.0 4 100% 4.00 kW

Staging Room Server rack 2 4.0 8 100% 8.00 kW

49 168

Data Center Phase 2

Server room 2

Server 32 4.00 128 100% 128.00 kW

Network 4 2.0 8 100% 8.00 kW

Network room 1 Network 0 2.0 0 100% 0.00 kW

Network room 2 Network 0 2.0 0 100% 0.00 kW

POI room 1 Network 0 2.0 0 100% 0.00 kW

POI room 2 Network 0 2.0 0 100% 0.00 kW

36 136

Data Center Phase 3

Server room 3

Server 32 4.00 128 100% 128.00 kW

Network 4 2.0 8 100% 8.00 kW

Network room 1 Network 0 2.0 0 100% 0.00 kW

Network room 2 Network 0 2.0 0 100% 0.00 kW

36 136.00

Total critical IT Load 121 440.00 kW

Page 67: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 66

So the maximum IT load of the Data Centre is 440 kW.

An additional load of maximum 45 KW for Lighting, Safety and security, Workstation air

condition etc. in Safety and security systems such as fire alarm system, fire suppression

system and Access control system is envisaged.

The UPS system to deploy in three phases. In phase-1 UPS capable of delivering 200KVA

but the day-1 UPS module required is 120 KW each side, Phase 2 UPS capable of delivering

200 KVA and Phase 3 UPS capable of delivering 200 KVA. Phase 2 & 3 is not part of this RFP

requirement.

N+N Redundancy is required for the UPS.

STPI will arrange 11 KV HT connections. The HT breakers and packaged substation shall

be implemented for the entire capacity on first phase itself.

The Diesel Generator (DG) sets for phase-1 only

The power distribution system including LT Panels, cable, etc. shall be provided for the

total datacentre requirement in phase-1 itself ( Eg. LT Panel, PAC Panel, Capacitor Panels and

others DB distribution cable shall be provided in the phase -1 so that when phase-2 & 3 start

the bidder simply pull the cable for Phase-2 & 3 PAC & Racks without disturbing any existing

infrastructure) Power distribution for racks and PAC units shall be implemented for 49 racks

in phase 1. Provision shall be provided for extending to phase -2 & 3 without disturbing the

operation of phase -1

8.5 Cooling

Precision cooling system considered for Server room, network room and basement

electrical Room 1 & 2

Cassette cooling system considered for Monitoring room, staging room, BMS Rooms &

meeting room, Manager Room & POI room and 2nd Floor electrical room

At least N+1 Redundancy required for all the cooling systems.

Outside Ambient Temperature to be considered for the design is 46 degree Celsius.

The Precision cooling system shall be designed for Cold Aisle temperature of at least 22

+/- 1 Degree.

Humidity shall be maintained at 50% +/- 5% RH for server rooms, network and ISP rooms.

Nominal room temperature for other area cooling system shall be 24 Degree Celsius.

Cold Aisle containment shall be provided for the server room area for phase -1

The cooling system shall be comply with specifications of /TIA942

The cooling system shall be designed as per ASHRAE standards and recommendations.

Redundancy and concurrent maintainability shall be ensured for all critical capacity

components (UPS, DG, AC Units, etc.) and distribution components (Panels, cables, switch

gears, etc.).

8.6 Safety and Security Systems

Sl. No. Parameter Design Criteria/Details

1 Fire Detection Addressable Sensors.

Mix of heat detectors and optical smoke detectors.

Multiple zones

Page 68: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 67

VESDA System.

2 Gas Based Fire

Suppression System

Automatic Gas based suppression.

Novec 1230 Gas based suppression system

Multiple zones are required.

3 Access Control Biometric and Smart card for critical areas.( Data

center entrance and server room -1)

Card reader for other non-critical areas.

Centralized monitoring and recording.

Access logs storage for 1 year.

4 CCTV IP Based CCTV Cameras.

Centralized monitoring and recording.

Backup for 1 months on storage system.

5 Other security

systems

Rodent Repellent

Water leakage system

Public Address System

6 Standards NFPA, TIA942, Local standards/regulatory codes.

Page 69: Modified RFP Download

8.6.1 Fire detection and suppression coverage requirement

Area Phases PA

System FAS VESDA

Suppression

Required WLD RRS ACS CCTV

Manual

extinguishers

Entry Exit

Server

Room-1

Phase-

1 Yes Yes Yes Yes Yes Yes Biometric Reader Yes Yes

Server

Room-2

Phase-

2 Yes Yes Yes Yes Yes Yes Biometric Reader Yes Yes

Server

Room-3

Phase-

3 Yes Yes Yes Yes Yes Yes Biometric Reader Yes Yes

POI

Room-1

Phase-

1 Yes Yes Yes Yes Yes Yes Reader Reader Yes Yes

POI

Room-2

Phase-

1 Yes Yes Yes Yes Yes Yes Reader Reader Yes Yes

Network

Room-1

Phase-

1 Yes Yes Yes Yes Yes Yes Reader Reader Yes Yes

Network

Room-2

Phase-

1 Yes Yes Yes Yes Yes Yes Reader Reader Yes Yes

Staging

Room

Phase-

1 Yes Yes Yes Yes Yes Yes Reader

Push

Button Yes Yes

Electrical

Room -1

@ 2nd

Floor

Phase-

1 Yes Yes NA Yes NA Yes Reader

Push

Button Yes Yes

Electrical

Room-2

@2nd

Floor

Phase-

1 Yes Yes NA Yes NA Yes Reader

Push

Button Yes Yes

Manager

Room

Phase-

1 Yes Yes NA NA NA NA NA NA NA Yes

NOC room Phase-

1 Yes Yes NA NA NA NA Reader Reader Yes Yes

BMS Room Phase-

1 Yes Yes NA NA NA NA Reader Reader Yes Yes

Discussion

Room

Phase-

1 Yes Yes NA NA NA NA NA NA NA Yes

Page 70: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 69

Electrical

Room -1

@

Basement

Phase-

1 Yes Yes NA Yes NA Yes Reader

Push

Button Yes Yes

Electrical

Room -2

@

Basement

Phase-

1 Yes Yes NA Yes NA Yes Reader

Push

Button Yes Yes

Battery

Room -DC

@

Basement

Phase-

1 Yes Yes NA Yes NA Yes Reader

Push

Button Yes Yes

DG Yard

@

Perimeter

of the

building

Phase-

1 NA NA NA NA NA NA NA NA Yes Yes

Transformer Yard @ Perimeter of the building

Phase-

1 NA NA NA NA NA NA NA NA Yes Yes

2nd Floor Corridor

Phase-

1 Yes Yes NA Yes NA Yes Biometric Reader Yes Yes

Page 71: Modified RFP Download

The above are minimum requirements. The design shall be as per the relevant NFPA and

local standards.

All the doors shall have the access control system and enable with anti-pass back. The

server room door shall have biometric access control with card reader.

CCTV shall cover all the server rooms, ISP rooms, Network Rooms, BMS room,

Monitoring Room, transformer Yard.

8.7 Passive Network Cabling

Sl. No. Parameter Design Criteria / Details

1 Passive cabling Passive network to be deployed for phase-1

1. POI 1 & 2

2. MDA 1 & 2

3. Server Room 1 & 2

4. MDA to MDA

2 Telco connectivity Redundant connectivity to separate Telecom

entrance rooms.

3 Standards EIA 568, EIA606 and other relevant standards.

8.8 Phase -1 and Phase 2 & 3 Components

Subsystem Phase 1 Phase 2 Phase 3

Civil and Interior Works 100% NA NA

HT Electrical distribution 100% NA NA

DG 50% 50%

Main LT Distribution 100%

Cable to be

extended for

Phase -2

Cable to be

extended for

Phase -3

UPS

200 KW (N+N),(

Server Room-1)

Day-1 120

KW(N+N)

201 KW ,(Server

Room-2)

N+N(N=200 KW)

202 KW ,(Server

Room-3)

N+N(N=200 KW)

UPS Output Panel 100% NA NA

Floor PDU Server Room-1 Server Room-2 Server Room-3

Precision Cooling Server Room -1 Server Room -2 Server Room - 3

Cassette AC

NOC Room, BMS

Room, Meeting

Room, Manager

Room, Staging

Room, POI Room

1 & 2,2nd Floor

Electrical Room 1

& 2,Battery Room

NA NA

Page 72: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 71

Safety and Security

Systems

Server Room -1,

Network Room-

1&2,POI 1 & 2,

Staging Room 1 &

2,Electrcial room

(Basement and

Ground Floor),

Battery Room (

Basement)

Server Room-2 Server Room-3

Racks & PDU 44 40 38

Passive Networking

Server Room-

1,Network Room

1& 2,POI room 1

&2

Server Room-

2,Network Room

1& 2,POI room 1

&2

Server Room-

3,Network Room

1& 2,POI room 1

&2

8.9 Design Guidelines

The following are the design considerations of the Datacentre:

High Availability (or better): All subsystems of the Datacentre shall be designed and

implemented as per the guidelines specified by the ’s topology and TIA942 standards

Energy Efficiency: The Datacentre shall be designed with an energy efficient design. The

target average PUE shall be better than 1.8.

Modular Design: The Datacentre design shall be modular so that the capacities can be

added on demand.

The building have one number of package substation (1250 KVA) and two

numbers of DG sets (750 KVA, 500 KVA). The same has been considered as data

center redundancy component. (Refer the electrical SLD)

Page 73: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 72

9 Scope of Work

9.1 Data Centre Building

9.1.1 Civil Works

The scope of civil works shall include but not limited to the following:

Interior design

Pest Control

Suspended Ceiling as per specifications

Raised Flooring as per specifications.

Thermal Insulation for 2nd Floor true floor and ceiling

Painting (Fire rated painting only for PAC shaft for all the floors)

Doors (90 minute Fire rated)

Furniture as per drawing

Ramp as per drawing

Glass partitions (fire rated). Each server room should have 2M X 3M glass partition

Creation of New trench and connected to existing available trench (Trench size 1MX1M) with

proper concrete slab for closing the trench. The bidder should procure the required materials

like cement, sand, shuttering etc…

Construction of PSS foundation as per OEM recommendation with required materials like

cement, sand, shuttering etc…

Construction of DG set foundation as per OEM recommendation with required materials like

cement, sand, shuttering etc…

Creation of New shaft inside the data center from second floor to terrace. The bidder should

consider the require core cutting and provide the fire rated doors to access the shaft

Construct the brick wall partition in the basement as per Layout.

Any civil, masonry, trenching and fabrication works required for Electrical installation,

Earthing, HVAC installation and other subsystems installations.

Any other civil works required at site

All the Civil works are to be carried out as per the layout diagram.

9.1.2 Electrical System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

Page 74: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 73

S.No Description Specification

Ring Main Unit Incomer: 2 X Load Break Switch

Outgoing: 1 X 630 A VCB

1 Package Substation HT Side:

Incomer: 2 X Load Break Switch

Outgoing: 1 X 630 A VCB

Transformer:

1250 KVA, DRY type

LT Side:

Incomer: 1 X 2000 A ACB

Outgoing: 3 X 2000 A ACB

2 Diesel Generator Prime rated 600 KW Data Center

Continuous load @ 0.8 PF (lagging)

Electrical power output at Alternator

terminals continuously without any

interruption 24 x 7 x 365 days @ 50

Deg. C. This availability of specified

continuous power output shall be as

per Continuous Power (COP)

definition ref ISO8528-1 with 900

litres Day tank

3 HSD Tank 1x HSD, with capacity of 10000

Litres. , Two Diesel Pump from the

HSD tank to day tank

4 LT panels ,SUB Distribution Panel, UPS Input

and Output Panel with Switch gear as per

specification

As per SLD and Specification

5 BBT (Bus bar Trunking) BBT (Bus bar Trunking)

As per SLD and Specification

(Basement only ( Tie breakers like

LT panel 1 to Lt panel 2, Building LT

panel to LT panel 1 & DG Sync Panel

to LT panel).

6 Uninterrupted Power Supply As per SLD, Specification and BOQ

7 Capacitor bank As per SLD, Specification and BOQ

8 HT and LT Cables As per Specification and SLD

9 Power Cable tray As per requirement

10 Conduiting and wiring As per requirement

11 Floor PDU As per SLD and Drawing

12 LED lighting and Motion detector As per site requirement

Page 75: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 74

13 Wall/Ceiling mounted socket As per proposed solution and as per

site requirement

14 Data Points for Voice(25)and Data(25)

9.1.3 Cooling System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 DX based Precision Air Conditioning (

Perimeter Cooling)

As per requirement

2 Cold Aisle containment for Server room 1 As per Drawing

3 Cassette Air Conditioner As per Drawing(NOC Room,

BMS room, Manager room,

Meeting Room, POI Room 1 &

2, Staging Room, 2nd Floor

Electrical Panel 1 & 2, Battery

Room)

9.1.4 Safety and Security System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 Addressable Fire Detection and Alarm System As per site requirement

2 Public Addressable System As per site requirement

3 Rodent Repellent System As per site requirement

4 Gas Based fire Suppression System As per site requirement

5 High sensitivity smoke Detection System As per site requirement

6 Access Control System As per site requirement

7 CCTV As per site requirement

8 Water Leakage Detection System As per site requirement

9 Portable Fire Extinguishers As per site requirement

9.1.5 Monitoring System:

To supply and installation, testing and commissioning of the following equipment but not

limited to

Page 76: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 75

S.No Description Specification

1 Building Management System As per site requirement

2 Temperature and Humidity Sensor As per site requirement

3 Flow meter for Diesel unloading As per site requirement

4 Float Sensor for Diesel Monitoring at day tank

& HSD tank

As per site requirement

5

Integration with All energy meter, MCCB,

ACB, Safety and Security Equipment’s, Diesel

monitoring, Datacentre Temperature and

Humidity Monitoring, UPS, PAC,DG Set SNMP

integration , all the electrical panel

ON/Off/Trip status etc..

As per site requirement

6 BMS license 2 Client License

The bidder shall consider the required converter for integration of all the non IT components.

9.1.6 Racks and PDU: To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 19 ‘’ 42 U Rack with necessary Accessories As per site requirement

2 Cable entry brush ( rack bottom) As per site requirement

3 32 A IP PDU with Ethernet based Environment

Monitoring System with one Temperature Humidity

Sensor

As per Rack layout

4 16 A IP PDU with Ethernet based Environment

Monitoring System with one Temperature Sensor

As per site requirement

5 Blanking Panels As per site requirement

9.1.7 Structured Cabling:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 Fibre Cabling ( MTO Cabling) As per rack layout

2 Copper Cabling As per rack layout

3 Fibre Runner As per rack layout

4 Wire basket for Copper As per rack layout

5 Server & PC As per site requirement

Page 77: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 76

The fibre Runner and wire basket shall connect all the rooms like Server room 1, 2 3 & 4 and

communication room 1 &2,ISP room 1& 2, staging Room 1.

9.1.8 Active Component:

Bidder should come up with a network solution in their submitted technical proposal. There

will be no single point of failure in the entire system. Alternate paths for data transfer will be

made to ensure that no component acts as a bottleneck for data flow or transactions. This

will be made in conjunction with redundant systems and high availability system.

To supply and installation, testing and commissioning of the following equipment but not

limited to

S.No Description Specification

1 Routers As per specification

2 Firewall(NGFW) As per specification

3 Core Switch ( 24 Port) As per specification

4 Leaf Switch As per specification

5 Blade chassis along with 2 Blade Servers As per specification

6 OS Licenses & SQL As per BOQ

7 End point Protection for Servers & PCs As per specification

8 NMS & Helpdesk Management system As per specification

9 Hyper Converged Infrastructure As per specification

10 Cloud Management Platform Solution &

Virtualisation Software

As per specification

11 SDN Controller As per specification

9.1.9 Cloud Solution Component:

General Requirements:

The solution should be capable of allowing applications to self-service compute,

network and storage infrastructures based on workload demand from the

departments.

The solution should be capable of decoupling common applications and application

infrastructure configurations in portable containers called images

The tool should provide image library, where software and server images can be

maintained. Facilities should be there to import new server templates to the library

and registering, so as to use the same for provisioning the new virtual servers

The solution should be able to isolate and allow secure authenticated access to

infrastructure services

Page 78: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 77

The solution should be able to abstract compute, network, and storage resources

for the application and user self-service regardless of hypervisor, server, and

network and storage hardware

The solution should be capable of supporting multi-tenancy to run cloud services

(compute, network, and storage) for multiple consumers on a single platform while

dynamically and automatically managing the isolation of virtual machines into

secure pools

The solutions should be able to manage wide variety of open source and proprietary

x86 based Operating Systems

The solution should also be able to implement quota of defined value for each tenant

Self Service Portal Requirements

The solution should provide a simple to use intuitive Web experience for STPI DC

Cloud Administrator and User Departments / Customers

The solution should have self-service capabilities to allow Users Departments to log

service requests to SI

The solution should use helpdesk for logging call and maintaining escalation.

The solution should offer service catalog listing availability of Cloud infrastructure

like Virtual Machines, Physical Machines, Applications , Common Services offered by

STPI Private cloud

The solution should provide comprehensive service catalog with capabilities for

service design and lifecycle management, a web-based self-service portal for users

to order and manage services

The solution should provide an on-boarding mechanism for the new tenants

(Department) on the cloud infrastructure that automatically creates the tenant, the

tenant administrators, allocates specific resources for the tenant like storage pools,

server pools, S/W packages, network pools (including VLANs, DNS, IP address

spaces, etc.)

The solution should offer Registration, Signup, Forgot Password and other standard

pages (Profile, Billing or Contact information)

The solution should enforce password policies and allow to personalize the look &

feel and logo on the user-interface panels

The solution should be able to offer choice of various hardware profiles, custom

hardware profile, selection of operating systems, VLAN, Storage

Page 79: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 78

The solution should automate provisioning of new and changes to existing

infrastructure (Virtual, Physical, Application or Common Services) with approvals

The solution should track ownership and utilization of virtual machines, physical

machines, and common services

The solution should allow for implementing workflows for provisioning, deployment,

decommissioning all virtual and physical assets in the cloud

The solution should allow easy inventory tracking all the physical & virtual assets in

the Cloud. It should provide capabilities to track usage and non-compliance

situations.

The solution should allow the ability to identify non-compliant systems (both Virtual

and Physical) in terms of desired configuration (e.g. file system policy on a VM etc.)

and automatically remediate the same wherever possible.

The solution should be able to dynamically allocate and balance computing capacity

across collections of hardware resources aggregated into one unified resource pool

with optional control over movement of virtual machines like restricting VMs to run

on selected physical hosts

The solution should have Show-Back functionality (to check the usage patterns and

reporting for the user department)

The solution should offer usage report by tenant, by region, or by virtual machine

reporting usage of memory consumption, CPU consumption, and disk consumption

The solution should allow the users to schedule a service creation request in a future

date/time; the solution should check if a request scheduled for a future time can be

fulfilled and reject the request in case of projected resources shortage or accept the

request and reserve the resources for that request

The solution should have web based interface for administration

The solution should have the ability to generate customized report as well as the

native ability to export to common formats

Whenever the Charge Back mechanism is enabled, the solution must satisfy the

following requirements:

1. The solution should support different cost models like allocated or reserved

cost per virtual machine. It should also allow tracking usage of resources

2. The solution should allow mixing of different cost model/ policies

3. The solution should have the ability to charge differently for different level

of services

4. The solution should support cost calculation of shared/ multi-tenant

application

Page 80: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 79

The solution should provide service catalog with capabilities for service offering

design and lifecycle management, a self-service portal for users to order and

manage services

General Requirements

The solution should support a highly automated service lifecycle management with

easy-to-use, self-service portal and a graphical cloud service designer for cloud

services to be offered.

The solution should be based on extensible architecture with multi-vendor hardware

support as well as multi-hypervisor support.

The solution should be capable of providing both private and hybrid cloud

environment, regardless of where requested resources are located.

The product must be capable of defining user roles with various levels of access /

privilege

The solution should support virtual and physical machines.

The solution should provide role based access control to the system. These should

include roles in the following minimum areas:

- Catalog management

- Service offering management

- Service design

- Resource management

- System administration

Self Service Portal and Catalog

The solution should provide a web-based self-service portal for users to browse and

subscribe to cloud services available over the internet and intranet. It should be

compatible with IE, Chrome, Firefox, etc.

Self-service portal should be customizable with icons, themes, different look and

feel.

The solution should support the following type of cloud services:

Infrastructure-as-a-Service (IaaS)

Platform-as-a-service (PaaS)

Self-service portal should allow users to view and modify existing services after they

are provisioned.

Page 81: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 80

Self-service portal should provide the feature for users to define the start and end

service period in the service request.

Self-service portal should support customizable options (e.g. select number of CPU,

enter amount of memory etc.)

Subscription notification can be send prior to subscription expiration.

Self-service portal should send service request status notification via email as well

as portal dashboard display when the status changes (e.g. created, pending

approval, approved, completed etc.)

Self-service portal should have capability to support various actions (e.g. extend,

modify, terminate) for users to interact with the subscription service.

The solution should be able to enforce subscription end dates & returns resources

to the resource pools when no longer in use.

Self-service portal should allow external web links to be created on it easily.

Solution should have built-in approval process for service requests so that service

requests will only be fulfilled if the required approvals are obtained. Approvals can

be applied to Ordering, Modification, Cancellation and other actions to be taken on

the subscription.

Approval process should support the following types of approvals:

- Approvals by individuals

- Approvals by any individual in a group (as long as 1 person approves)

Integration and Extension

The solution should provide APIs that allows integration with other management

tools (e.g. helpdesk ticketing systems, monitoring systems).

The solution should be able to manage different cloud platforms and function as a

broker of cloud platforms.

The solution should support a standard mechanism to import and integrate with

external resource providers and systems.

The solution has APIs to support GUI related features, thus allowing 3rd party

systems to integrate with the cloud engine.

The solution should be able to manage legacy traditional IT systems, private cloud

environments and hybrid environments using the same cloud engine.

Show back & Chargeback

The solution should be able to collect all subscriptions and service instances to

support show back to the users.

Page 82: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 81

The solution should be able to generate billing statement for each service and cost

centre by using additional Billing software

Multitenant charging - Multi-tenant charging must be included within the Cloud

Management Platform and corresponding chargeback/ showback reporting can be

configured per tenant.

Consumption-based charging model - It should be possible to configure a

consumption-based charging model to an object/ service / resource pool

Cloud Management Platform

All components of the Cloud Management Platform should support an HA architecture

with no single point of failure

The Cloud Management solution must come with at least two of the following HA

capabilities:

1. OS-level clustering or equivalent

2. Application-level failover

3. Automation service restart

Preferably additional fault tolerance capabilities, possibly provided through support of

third-party solutions may include:

The Cloud Management Platform should support Horizontal scalability, components can

be spanned across different servers, and more components can be added after the

deployment to support an extra load.

The architecture must be able to scale out and/or in to extend globally, at least across

two geographic premises, while still offering centralized management.

Should support both LINUX and Windows platform

Should support SQL Database like MS SQL Server/Oracle/PostgreSQL

The Cloud Management Platform should support a local configuration database and

should be able to federate with another CMDB

The Cloud Management solution must feature a local metadata repository to store

information about physical and virtual infrastructure assets that Cloud Management

solution administrators combine in catalog object definitions.

The Cloud Management solution provider must offer an option to replace or at least

federate the local CMDB with an integrated third-party CMDB. Additionally, like other

Cloud Management solution modules, the local CMDB must present a high-availability

architecture.

Page 83: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 82

Cloud Management Platform should support all of the major Virtual machine

hypervisors and as such leverages the virtualization platform tools and infrastructure

for automatic Failover

The Cloud Management solution must be able to support non disruptive scheduled

hardware maintenance in the underlying virtual and physical infrastructures. For

example, the Cloud Management solution should be able to understand the

"maintenance mode" invoked by VIM tools to offline virtualization hosts.

In order to meet the support and administrative requirements expected by a large

enterprise, the Cloud Management solution must support at least 20 concurrent

management sessions within a single management domain without performance

degradation.

The Cloud Management solution configuration and change management module must

be able to audit and log the administrative actions of each management session.

To increase cloud infrastructure security and efficiency, the Cloud Management

solution should include native software updating and patching capabilities to perform

module maintenance activities such as:

Automated download and install of software patches, with rollback capabilities, is

preferred.

The Cloud Management solution should feature a license management facility where

Cloud Management solution administrators can add, replace and delete license keys

for different Cloud Management solution modules.

Additionally, natively or through integration with third parties, the Cloud Management

solution should be able to track licensing associated with applications delivered

through catalog objects (for example, VMs and VSs) at provisioning time or post

provisioning.

The Cloud Management solution should be able to account for licensing constraints and

model capacity accordingly.

The Cloud Management solution configuration and change management module should

be able to prevent software distribution to remain compliant with specific licensing

terms.

The Cloud Management solution should present a unified reporting facility that

aggregates logs generated by all Cloud Management solution modules.

The Cloud Management solution provider should configure each Cloud Management

solution module to send logs and alerts to the Cloud Management solution logging and

reporting module by default, thus allowing Cloud Management solution administrators

Page 84: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 83

the option of forwarding incoming messages to a third-party logging facility (for

example, an integrated security information and event management [SIEM] system).

Each Cloud Management solution module should come as a virtual appliance to simplify

deployment and portability

The Solution should have native integration capabilities with No coding or external

plug-ins required.

The Cloud Management solution should feature an auto update and centralized

patching facility to simplify virtual appliance management and increase security.

The Solution should have support for various CaaS platforms such as Docker UCP,

Mesos, and Kubernetes etc.

The Cloud Management solution should feature a discovery mechanism that

automatically configures the integration between Cloud Management solution

Security

The solution should be able to extend existing malware protection solution for Virtual

Machine

The solution should be able to provide existing firewall protection for the virtual

machine.

The solution must offer Identity, Authentication and Role based access to User

Departments Infrastructure - Machines (Virtual or Physical), Application or Common

Services

The solution must offer Policy based administration by putting User Departments

Machines (Virtual or Physical) in logical groups and apply relevant policies.

The solution should have the ability to not just enforce policies but also track and

report non-conformance

The solution should generate reports on non-conformance and escalation for privileged

access by unauthorized roles/ identities

The solution should support VLAN isolation by supporting multiple networks per

resource pool

The solution should support secure communication between guest VMs and Hypervisor

and intra-VMs.

The solution must offer ability to Copy, convert, or migrate an image (P2V, V2V, and

V2P).

The solution must offer ability to utilize existing Intrusion detection System / Intrusion

Protection system to seamlessly extend into virtualization environment.

Page 85: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 84

The Cloud Management Platform should integrate with LDAP services (such as Active

Director) to authenticate users and groups

The Cloud Management solution platform must be able to integrate with third-party

directory services to define and authenticate users and groups.

The Cloud Management solution must allow the creation of custom profiles and provide

granular permissions across all layers of the Cloud Management solution

The Cloud Management solution must support the definition of multiple VLANs as an

option to isolate network segments within the cloud environment.

The Cloud Management solution must be able to generate reports on audited access

to all cloud infrastructure assets and catalog objects. Auditing reports must provide

detailed information such as:

1. Logging operations on various UIs, including the self-service provisioning portal

and administrative consoles for each Cloud Management solution management

module and support module

2. Access to any provided API at any level of the Cloud Management solution solutions

stack

3. Access to network services (e.g., virtual router and VPN endpoint) and activity

(e.g., traffic block) performed by the network firewall provided by service VMs,

where available

Hypervisor Requirements

The solution should be able to offer choice of various IaaS and PaaS service offering

on multiple hypervisors, with an option to select multi operating systems such as

Windows 2003, 2008, 2012, Linux, etc., VLAN, Storage and quickly compute

associated price for the same as well as shows the deduction for overall tenant

approved infrastructure Quota

The solution should be able to run various x86 based operating systems like

windows client, windows server, Linux (RedHat, Suze Linux etc.) and any other open

source OS.

The solution should have the capability for creating Virtual Machines templates to

provision new servers

The solution should continuously monitor utilization across Virtual Machines and

should intelligently allocate available resources among the Virtual Machines

The Virtualized Infrastructure should be able to consume Storage across various

protocols like DAS, NAS, and SAN

Page 86: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 85

The solution should allow for taking snapshots of the Virtual Machines to be able to

revert back to an older state, if required

The solution should be able to dynamically allocate and balance computing capacity

across collections of hardware resources of one physical box aggregated into one

unified resource pool

The solution should cater for the fact that if one server fails all the resources running

on that server should be able to migrate to another set of virtual servers as available

The solution should provide support for cluster services between Virtual Machines

The solution should provide patch management capabilities such that it should be

able to update patches on its own hypervisor and update guest operating system

The solution should provide the monitoring capabilities for storage, processor,

network, memory so as to ensure that the most important Virtual Machines get

adequate resources even in the times of congestion

The solution should support Live Migration of Virtual Machine from one host

(Physical Server) to another

Compute Virtualization Requirements

The Software should have the capability to create Virtual Machines with required

number of vCPUs

The solution should allow Virtual Machines consume RAM dynamically in such a way

that if some of the VMs in Physical machine are not utilizing the RAM, this RAM can

be utilized by some other VM in the same physical machine which has a requirement

The solution should be able to use power saving features like, in case of off-peak

hours, if not all servers are required to be powered on, the solution should shut

down to save power

Storage Virtualization Requirements

The solution should also integrate with FC, FCoE and iSCSI SAN and infrastructure

from leading Vendors so as to leverage high performance shared storage to

centralize Virtual Machine file storage for greater manageability, flexibility and

availability

The solution should have the ability to thin provision disks to avoid allocating all

storage space upfront

The solution should provide the capability to migrate the live Virtual Machine files

from one storage array to another storage

Network Virtualization Requirements

Page 87: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 86

The solution should allow configuring each Virtual Machine with one or more virtual

NICs. Each of those network interfaces can have its own IP address and even its

own MAC address

The solution should allow for creating virtual switches that connect VMs

The solution should support configurations of 802.1 q VLANs which are compatible

with standard VLAN implementations from other vendors

The solution should have the capability for moving Virtual Machines from Primary

site to the Secondary site.

Automation, Orchestration and Monitoring Requirements

The solution should demonstrate a way to comprehensively model cloud datacenter

process end to end across multiple Vendors software and hardware thus enforcing

Operational Best Practices and Procedures

The solution should allow automating best practices, such as those found in

Information Technology Infrastructure Library (ITIL) through workflow processes

that coordinate management tools to automate incident response, change and

compliance, and service-lifecycle management processes

The solution should have capabilities to create workflows to automate common

admin challenges

The solution should have the ability to develop highly customized workflows and

easy (web based) user interface.

The solution should be able to create processes across multiple vendors’ software

and hardware

The Orchestration solution should be open and interoperable and has rich

integration capabilities that support interfaces from command line interface and web

services

The solution should provide resource-level operations across compute resources

hypervisors storage resources and network resources. It should support

provisioning for multiple platforms including Windows, Linux, & ESX on x86 (32 and

64 bit)

The solution should provide capability for orchestrating tasks across systems for

consistent, documented, compliant activity

The solution should be able to move identified workloads to another private cloud

The various participating HW & SW components in the Data Center process as

modeled by the solution should be easily manageable by this Orchestration layer

Page 88: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 87

The solution should be able to accelerate adequate utilization of subsystems (not

limited to but including) the backup solution, the service manager/helpdesk module,

the operations modules, the virtual asset provisioning modules etc.

The solution should be able to monitor User Department Virtual Resources

independent of the platform & solution/service they are running

The solution should be able to monitor key performance characteristics of the virtual

resource (OS, RDBMS, Memory, Storage, Network etc.)

The solution should monitor all the critical operating system level services and

should check for their status like running, not running, paused. In addition,

deviations from a defined Configuration should be detectable and reported

Page 89: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 88

9.1.10 Site Miscellaneous:

To supply and installation, testing and commissioning of the following equipment but not

limited to

S. No Description Specification

1 Furniture As per BOQ or Design

requirement

2 Reception and Meeting Room & Security

Guard tables

As per BOQ or Design

requirement

3 Shoe Stand and Shoe cover dispenser As per BOQ or Design

requirement

4 Fire Vault As per BOQ or Design

requirement

5 Glow Signage for entry, Exit, door name,

Electrical Signage, Rubber Mat for electrical

rooms, Anti-static flooring

As per BOQ or Design

requirement

6 Printer ( Multi-Functional) A4, A3 As per BOQ or Design

requirement

7 Chairs As per BOQ or Design

requirement

9.1.11 Statutory Compliance:

The bidder shall take care of all statuary approval from local authority.

DG set – Clearance from State Pollution Control Board, Electricity Board if any

HSD Tack – Clearance from Petroleum Explosive Safety Organization (PESO)

Electrical SLD Approval & Safety – CESU (Under Odisha Electricity Regulatory Authority)

& CEIG (Chief Electrical Inspector to Government)

Fire NOC: Director General Fire Service, Home Department, Odisha etc.

Page 90: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 89

Note to Bidder:

The provided BOQ is indicative and for reference only.

The bidder should visit the site and conduct the complete site survey to estimate the actual

quantity of the component. If the actual quantity is higher than the estimated quantity, then

the bidder should propose the actual quantity separately. Otherwise, the proposed solution

shall be considered 100 percent and no additional payment shall made. Similarly, when the

actual BOQ is less than the proposed BOQ the payment shall made on actual basis.

Under civil section the proposed components rate should not exceed the DSR rates, if the

quoted rates exceeds the latest available DSR rates then STPI will pay as per the existing

applicable DSR rates.

The change management process shall be allowed only if there is change in the scope of work.

The bidder has to submit the detailed BOQ and design along with the bid. The bidder shall

submit the detailed BOQ (Actual quantity) in the technical proposal without price. If any of

the bidder is found not mentioning/submitting the unpriced BOQ with actual quantity

then the bid may likely to reject.

The project is a turnkey project and hence any additional supply/works, which are not

explicitly mentioned in this RFP but required to complete the installation as per schedule of

requirements, are in the scope of the bidder.

Operation and Maintenance of the Datacentre should be quoted for a period of one year from

the date of completion of the project and acceptance by STPI. Based on the performance STPI

will decide to continue the service further with maximum hike of 10% in the quoted value.

The site visit/Factory visit cost has to be borne by the bidder for non IT & IT equipment like

Transformer, UPS, PAC, DG set, Electrical panels & passive cabling. The maximum number of

person for such visit is around 5

The SI may sub- contract for following woks

Electrical installation,

Civil works

Passive cabling,

O & M (Manpower Resources)

The detailed specification refers the respective section and drawing.

The following drawing to be submitted along with the bid in the technical proposal

Safety and security system Design consideration

Fire suppression design document for all the rooms

Design Matrix for all the components

The bid may likely to be reject, if the following information is not available in the technical

bid,

Electrical System

o DG System

Page 91: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 90

The bidder shall submit the fuel consumption per hour at full condition

o UPS System

The bidder shall submit the detailed BOQ with price breakup like UPS

cabinet, switch gear, Battery BOQ( Cabinet, Battery, Breaker,

Cables),UPS per module cost

HVAC System:

o The bidder shall propose the individual PAC unit low side work like length of the

copper pipeline, Gas quantity (As per OEM), Drain line, control cable

requirement based on site etc…

o The bidder shall also provide the individual Cassette Air Condition low side work

in the technical proposal

Gas based fire suppression system

o The Gas based fire suppression gas quantity design calculation as per OEM

software or recommendation as per the RFP

Building Management System

o The bidder shall submit the detailed design matrix for BMS

Passive Cabling

o The bidder shall submit the detailed BOQ as per below:

o Fibre solution, which includes number of patch panel, cable length, patch cord

etc…

POI to MDA

MDA to HDA

HDA to EDA

MDA to MDA

o Copper solution, which includes number of patch panel, cable length, patch cord

etc…

POI to MDA

MDA to HDA

HDA to EDA

MDA to MDA

o Fibre & Copper Containment

o The bidder shall provide the drawing for fibre and copper containment solution,

which includes straight runner/wire mesh, bend, T-junction, Threaded rod kit.

Etc…

POI to MDA

MDA to HDA

HDA to EDA

MDA to MDA

Page 92: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 91

10 Technical Specification

10.1 Civil

10.1.1 Raised Floor

Raised Floor

Make

Model

S. No System Description Compliance

Yes/No

Remarks

General Providing and fixing Access floor systems

as per EN 12825 or equivalent standards.

System

Access floor system to be installed at

finished floor height of maximum 600 mm

from the existing floor level. The system

will provide for suitable pedestal and

under-structure designed to withstand

various static loads and rolling loads

subjected to it in an office / server / DCS /

panel / rack area. The entire Access floor

system will provide for adequate fire

resistance, acoustic barrier and air leakage

resistance.

Panels

Panels will be made up of inert material

Calcium sulphate/Steel Cementious. The

bottom of the panel shall be of Aluminium

foil to create a fire and humidity barrier

and this should provide floor’s electrical

continuity. Panels will remain flat through

and stable unaffected by humidity or

fluctuation in temperature throughout its

normal working life. The Panels will be UL

listed/ FM/DM approved.

Panels will provide for impact resistance

top surfaces minimal deflection, corrosion

resistance properties and shall not be

combustible or aid surface spread of flame.

Panels will be insulated against heat and

noise transfer. Panels will be 600 x

Page 93: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 92

600mm x 30 mm height interchangeable

with each other within the range of a

specified layout. Panels shall rest on the

grid formed by the stringers which are

bolted on to the pedestals. Panels shall be

finished with anti-static 0.

Panel

Loading

Concentrated point load: 450 Kg as per

European standard EN 12825*. Uniformly

Distributed Load (UDL): 1500Kg/M2.

Fire Rating

The Panels will confirm to class O and Class

1 Fire Ratings tested (30 min).

Pedestals

Pedestal installed to support the panel will

be suitable to achieve a finished floor

height of 600mm. Pedestal design will

confirm speedy assembly and removal for

relocation and maintenance. Pedestal

base to be permanently secured to position

on the sub-floor. Pedestal assembly will

provide for easy adjustment of levelling

and accurately align panels to ensure

lateral restrain. Pedestals will support an

axial load of 1500 Kgs, Pedestal head will

be designed to avoid any rattle or squeaks.

Pedestal

Assembly

The structure is made entirely of

galvanized steel consisting of hexagonal

shaped, 89 mm diameter, and 1.5 mm

thick base plate, with 6 shaped stiffening

ribs with niches that improve adhesion and

with 5 holes mechanical fastening to the

ground. The assembly will provide a range

of height adjustment up to 25mm, with the

help of check nuts.

Under

structure

Under structure, system consists of

stringers of size 525 x 30x 25 x 0.8 mm

thick to form a grid of 600 x 600mm.

These stringers are locked into the

pedestal head and run both ways. The US

system will provide adequate solid, rigid

and quiet support for access floor panels.

The US system will provide a minimum

clear, uninterrupted height of 600 mm

between the bottom of the floor and

Page 94: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 93

bottom of the access floor for electrical

conducting and wiring.

Stringers

Stringer system is composed of a special

frame, made of pressed galvanized steel

plate and with a section 25mm wide, 30

mm high and 0.8 mm thick. The

longitudinal ribs and flaps in the lower part

should be designed to increase flexion

resistance. The grid formed by the

pedestal and stringer assembly will receive

the floor panel.

Floor

Insulation:

The floor and ceiling slabs should be heat-

insulated, or coated with a heat insulating

material to avoid condensation on floors

below and above and to reduce the heat

transfer in the serve r/network room area.

The insulation shall be done with 13 mm

thick self-adhesive Aluminium foil face

nitrile rubber. The floor insulation should

cover for true floor and true ceiling, this

will not allow the thermal conductivity.

The raised floor distributed load should not

be less than 1500 Kg/Sqm.

10.1.2 Suspended Ceiling

Suspended Ceiling

Make

Model

Suspend

ed

Ceiling

Suspended Ceiling at appropriate height

should be installed concealing any cabling tray

and electrical lighting wiring in all areas. For

Server room: Suspended ceiling shall be

provided with Armstrong Lay in (Hot dipped

galvanized steel) metal ceiling system 600 x

600 x 5mm. Armstrong Orcal Lay in metal

ceiling System consisting of 600x600mm lay in

tiles of pre coated galvanised steel in 0.5 mm

thickness in white colour with standard

perforation of 2.5mm die & open area of 16%.

The back of the tile should have black

Page 95: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 94

acoustical fleece with NRC of 0.70 & CAC 36 to

be laid on Armstrong grid systems. The tile

should 15mm wide T - section flanges Colour

white having rotary stitching on the Main

Runner, 1200 mm & 600 mm Cross Tees, fixed

to the structural soffit by Butterfly clip

hangers, suspension wires & anchor fasteners

as per the manufacturer's specification.

Suspension wires to be provided at every

600mm c/c with two no’s of ties on each

anchor fastener, Perimeter trim of Trulok wall

angle in white colour secured to wall at

450mm maximum centres.

10.1.3 Fire Rated Partition

Fire Rated Partition

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Fire Rated

partition

Partitions/ Walls:

The internal partitions for server room,

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. The 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.

Page 96: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 95

10.1.4 Fire Rated Doors

Fire Rated Partition

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Fire Rated

Doors

Fire rated Doors:

Doors for Server room, Battery room, UPS

room, FM room should be 2 hr. fire rated

metal door with size as per drawing and

requirement. Door for other areas will be

aluminum frame glass door with min 8

mm thick toughen glass. All doors should

be equipped with door closer or floor

spring and other required hard wares. All

doors should have all accessories to fit

access control system.

The doors color should approved by client

hence at the time of order placement the

bidder should consult with STPI to get

approval for door color.

Size of the doors:

2 leaf:

1. Data center Entrance

2. Data Center Emergency Exit

3. Server Room-1 Entrance &

Emergency Exit

4. Server Room-2 Entrance &

Emergency Exit

5. Server Room-3 Entrance &

Emergency Exit

6. Staging Room

7. 2nd Floor Electrical Room 1 & 2

8. 2nd Floor Between Electrical Room

9. Basement Electrical Room 1 & 2

10. Basement between Electrical Room

1 Leaf:

11. Network Room 1 & 2

12. POI room 1 & 2

13. Meeting Room

Page 97: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 96

14. Basement Battery Room

15. 2nd Floor electrical Room

16. NOC Room

17. BMS Room

As per Layout

10.1.5 Internal Glass Window

Internal Glass Window

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Internal

Glass

Window

Internal Glass Window

All glass windows in the server room

should be double glass panel with one

glass should be with 2 hr. fire rated wired

mesh glass with min 5 mm thickness and

other glass 6 mm thick toughen type.

Glass should properly fixed in the SS

framework with the size of 2M W x 1M H (

Server room 1 ,2 & 3)

(304 Grade).

All glass windows in other areas should be

with 6 mm thick toughen glass fixed in SS

frame with size of 90 x 50 x 2 (304

Grade).

External glass windows should

covered with venetian blind. The louvers

of venetian blind should 100 mm wide

made of fabric woven from 100%

polyester yarns dyed in fade resistant

colors, coated to give stability, dust

repellence, and stain resistance. The

Louvers shall hang straight and flat

without buckling or distortion.

Page 98: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 97

10.1.6 Interior Painting

Interior Painting

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Painting

Anti-dust type painting shall be used for

data center.

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. Server

room shall additionally be applied with

painting putty to level & plumb and

painting with 2 coats of painting.

Page 99: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 98

10.2 Electrical System

10.2.1 Ring Main Unit

Ring Main Unit

Make

Model

System Description Compliance

Yes/No

Remarks

General

requireme

nt

o The bidder shall propose the RMU/RMG as

per CESU requirement.

o The RMU is the first point to terminate the

CESU power.

o The RMU shall have two input and one

output.

o The output of the RMU (Consumer breaker)

should be VCB.

Rating

Rated Voltage / Operating Voltage 11 KV RMS

Rated frequency & Number of phases : 50 Hz

& 3 Phase

IP

Protection

Rated Ingress protection class of Enclosure :

IP: 54 for LT Switchgear & HT Switchgear

compartments and IP-34 for Transformer

compartment

HT Section

RMU Input : 2 X 630 A Isolator( Load Break

Switch)

RMU Output : 12 X 630 A VCB Breaker ,25 KA

Outdoor

Enclosure

o The enclosure shall be made of 2.0 mm

thickness Galvanized Sheet Steel tropicalized

to meet Indian weather conditions including

all the partition sheets & doors.

o The base of the enclosure shall be of 4.0 mm

thickness Hot Dip Galvanized Sheet Steel to

ensure rigidity for easy transport &

installation. The entire Package Substation

shall be Factory Assemble & Factory Fitted.

o The structure of the substation shall be

capable of supporting the gross weight of all

the equipment & the roof of the substation

compartment shall be designed to support

adequate loads. In case of relocation of the

Package Substation, the entire substation

Page 100: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 99

should be capable of getting lifted and placed

as a Single Unit without dismantling of any

of the major equipment’s inside. The lifting

arrangement should be from the bottom of

the enclosure & not from the top.

o There shall be proper / adequate ventilation

inside the enclosure so that hot air inside

enclosure are directed out by help of duct.

Louvers apertures shall be provided so that

there is circulation of natural air inside the

enclosure. The Package Substation should be

designed & engineering to have natural

cooling & ventilation instead of forced cooling

/ ventilation as the same would de-rate the

Transformer further and shall be an

additional load on the Transformer.

o The complete design shall be

compartmentalized.

Covers &

Doors

Covers & doors are part of the enclosure.

When they are closed, they shall provide the

degree of protection specified for the

enclosure. All covers, doors or roof shall be

provided with locking facility or it shall not be

possible to open or remove them before doors

used for normal operation have been opened.

The doors shall open outward at an angle of at

least 90degrees & be equipped with a device

able to maintain them in an open position.

Earthing

o All metallic components shall be earthed to

a common earthing point. It shall be

terminated by an adequate terminal

intended for connection to the earth system

of the installation, by way of flexible

jumpers/strips & Lug arrangement. The

continuity of the earth system shall be

ensured taking into account the thermal &

mechanical stresses caused by the current

it may have to carry

Internal

Illuminatio

n:

There shall be arrangement for internal lighting

activated by associated switch on doors.

Painting

and

Fabrication

o The paints shall be carefully selected to

withstand tropical heat rain. The paint

shall not scale off or crinkle or be removed

Page 101: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 100

by abrasion due to normal handling. For

this purpose, powder coating shall be used.

o Special care shall be taken by the

manufacturer to ensure against rusting of

nuts, bolts and fittings during operation.

All bushings and current carrying parts

shall be cleaned properly after final

painting.

o The fabrication process shall ensure that

there are no sharp edges on the GI sheets

used.

11kV

Switchgear

Non-extensible SF6 Insulated Compact

Switchgear as required shall consist of

following items:

o Load Break Cable Switch with integral earth

switch having full making capacity shall be

used for Incoming cables.

o SF6 / Vacuum Circuit Breaker shall be used

for distribution network of HT switchgear.

Circuit Breaker complete with operating

mechanism, self-powered, static type O/C,E/F

protection relay with associated Current

Transformers shall be used for control and

protection of Transformer. An integral cable

earthing switch with full making capacity shall

be provided.

The above Load Break Cable Switch, SF6 /

Vacuum circuit breaker, Bus bars should be

mounted inside a sealed for life, cast resin /

stainless steel tank. The operating mechanism

of the switches and breakers shall be outside

the SF6 tank and accessible from front. The

tank should be filled with SF6 gas at an

adequate pressure. The degree of protection

for gas tank should be IP67. There shall be

provision for filling the SF6 gas at site.

Moreover the Cast Resin / Stainless Steel Gas

Tank shall confirm to the sealed pressure

system as per IEC and ensure the gas leakage

to 0.1 % per year as per IEC.

The Circuit Breaker is required to control 11

kV/433 volts distribution Transformer of rating

up to 1250KVA and relay settings and Current

Transformers shall be selected accordingly.

Page 102: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 101

General Finish: Totally enclosed, metal

enclosed, vermin and dust proof suitable for

tropical climate use as detailed in the

specification.

Ratings: The bus bars shall have continuous

rating of 630 Amps. The isolator shall have a

continuous rating of 630 Amps. SF6 Circuit

Breaker or Vacuum Circuit Breaker shall have a

continuous rating of 630 Amps. In accordance

with relevant IS / IEC standard

Breaking & Making Capacity: The Load Break

Cable Switches shall be capable for breaking

rated full load current. The same along with its

earthing switch shall also be suitable for full

making capacity of the system as specified.

The complete switchgear shall be suitable for

breaking capacity of 21kA symmetrical at

11000 volts three phase for 11kV system for 3

sec

Bus bar: Switchgear shall be complete with all

connection, bus bars etc. Copper bus bars

continuous rating shall be 630 Amps. The bus

bars should be fully encapsulated by SF6 gas

inside the tank.

Protection: The circuit breaker shall be fitted

with static type self-powered relay inside the

front cover to avoid any tampering. The same

shall be used in conjunction with suitable CT’s

and Tripping Coil for fault tripping of the Circuit

Breakers. CT’s shall be mounted on bushing of

breaker. CT’s mounted on cable inside cable

compartment are also acceptable.

Cable Termination: Each Cable compartment

shall be provided with three bushings of

adequate sizes to terminate the incoming

outgoing 11kV, 3 Core cables as the case may

be. There shall be enough height from the base

of the mounted switchgear so that the cables

can be bent and taken vertically up to the

bushings. The Cable termination shall be done

by Heat shrinkable Termination method so that

adequate clearances shall be maintained

Page 103: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 102

between phases for Termination. Cable

Termination boots shall be supplied by the

switchgear manufacturer.

Earthing of the main circuit: The moving

contacts of the earthing switch shall be

visible in the closed position through

transparent covers.

Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

10.2.2 Package Substation

Packaged Substation (PSS)

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Design

Compact Sub-station shall consist of 11KV SF6

Insulated compact switchgear with SF6 /

Vacuum Circuit Breaker as protection to

transformer + Transformer + L.T. Switchgear

with all connection accessories, fitting &

auxiliary equipment in a pre-fabricated

Enclosure to supply Low-voltage energy from

high-voltage system as detailed in this

specification.

The complete unit shall install on a substation

plinth (base) as Outdoor substation. 11KV Load

Break Cable Switches controls incoming-

outgoing feeder cables of the 11KV ring

distribution system.

The SF6 / Vacuum Circuit Breaker shall be

used to control and isolate the 11kV/433V

Distribution transformer. The transformer’s

Page 104: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 103

L.T. side shall connected to L.T. switchgear by

means of Aluminium bus bar. The connection

cables to consumer shall be taken out from the

L.T. switchgear.

The pre-fabricated unitized substation shall be

designed for:

o Compactness,

o Fast installation,

o Maintenance free operation,

o Safety for worker/operator & public.

The Switchgear and component thereof shall

be capable of withstanding the mechanical

and thermal stresses of short circuit listed in

ratings and requirements clause without any

damage or deterioration of the materials.

o For continues operation at specified ratings

temperature rise of the various switchgear

components shall be limited to permissible

values stipulated in the relevant standard

and / or this specification.

2

Rating

Rated Voltage / Operating Voltage 11 KV RMS

Rated frequency & Number of phases : 50 Hz

& 3 Phase

Rated maximum power of substation 1250 KVA

3 IP

Protection

Rated Ingress protection class of Enclosure :

IP: 54 for LT Switchgear & HT Switchgear

compartments and IP-34 for Transformer

compartment

4 HT Section RMU : 2 LBS ,1 VCB 630 Amps,25 KA

5 LT section LV Side: 4X 4P ACB 2000 Amp rating and fault

withstand capacity of 50kA/50KA/35kA.

Page 105: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 104

6 Outdoor

Enclosure

o The enclosure shall be made of 2.0 mm

thickness Galvanized Sheet Steel tropicalized

to meet Indian weather conditions including

all the partition sheets & doors.

o The base of the enclosure shall be of 4.0 mm

thickness Hot Dip Galvanized Sheet Steel to

ensure rigidity for easy transport &

installation. The entire Package Substation

shall be Factory Assemble & Factory Fitted.

o The structure of the substation shall be

capable of supporting the gross weight of all

the equipment & the roof of the substation

compartment shall be designed to support

adequate loads. In case of relocation of the

Package Substation, the entire substation

should be capable of getting lifted and placed

as a Single Unit without dismantling of any

of the major equipment’s inside. The lifting

arrangement should be from the bottom of

the enclosure & not from the top.

o There shall be proper / adequate ventilation

inside the enclosure so that hot air inside

enclosure are directed out by help of duct.

Louvers apertures shall be provided so that

there is circulation of natural air inside the

enclosure. The Package Substation should be

designed & engineering to have natural

cooling & ventilation instead of forced cooling

/ ventilation as the same would de-rate the

Transformer further and shall be an

additional load on the Transformer.

o The complete design shall be

compartmentalized.

7 Interconne

ction

The connection of HT switchgear to

Transformer shall be with the help of suitable

size of cables from Transformer to LT

switchgear with the help of suitable size of

Aluminium bus bars.

8 Internal

Fault

Failure within the unitized substation due

either to a defect, an exceptional service

condition or mal-operation may initiate an

internal arc. Such an event may lead to the

risk of injury, if persons are present. It is

desirable that the unit shall be tested for

Internal Arc fault test to the tune of at least

Page 106: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 105

25KA for 1 second adhering to as per latest

IEC 62271-202.

9 Covers &

Doors

Covers & doors are part of the enclosure.

When they are closed, they shall provide the

degree of protection specified for the

enclosure. All covers, doors or roof shall be

provided with locking facility or it shall not be

possible to open or remove them before doors

used for normal operation have been opened.

The doors shall open outward at an angle of at

least 90degrees & be equipped with a device

able to maintain them in an open position.

Proper padlocking facility shall be provided for

doors of each compartment. Transformer

compartment doors must be open from both

the sides & should not have access from

outside

10 Earthing

o All metallic components shall be earthed to

a common earthing point. It shall be

terminated by an adequate terminal

intended for connection to the earth system

of the installation, by way of flexible

jumpers/strips & Lug arrangement. The

continuity of the earth system shall be

ensured taking into account the thermal &

mechanical stresses caused by the current

it may have to carry. The components to

be connected to the earth system shall

include:

o The enclosure of Unitized / prefabricated

substation,

o The enclosure of High voltage switchgear &

control gear from the terminal provided for

the purpose

o The metal screen & the high voltage cable

earth conductor,

o The transformer tank or metal frame of

transformer,

o The frame &/or enclosure of low voltage

switchgear,

11

Internal

Illuminatio

n:

There shall be arrangement for internal lighting

activated by associated switch on doors for HV,

Transformer & LV compartments separately

Page 107: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 106

12

Painting

and

Fabrication

o The paints shall be carefully selected to

withstand tropical heat rain. The paint

shall not scale off or crinkle or be removed

by abrasion due to normal handling. For

this purpose, powder coating shall be used.

o Special care shall be taken by the

manufacturer to ensure against rusting of

nuts, bolts and fittings during operation.

All bushings and current carrying parts

shall be cleaned properly after final

painting.

o The fabrication process shall ensure that

there are no sharp edges on the GI sheets

used.

13 11kV

Switchgear

Non-extensible SF6 Insulated Compact

Switchgear as required shall consist of following

items:

o Load Break Cable Switch with integral earth

switch having full making capacity shall be used

for Incoming cables.

o SF6 / Vacuum Circuit Breaker shall be used for

distribution network of HT switchgear. Circuit

Breaker complete with operating mechanism,

self-powered, static type O/C,E/F protection

relay with associated Current Transformers shall

be used for control and protection of

Transformer. An integral cable earthing switch

with full making capacity shall be provided.

The above Load Break Cable Switch, SF6 /

Vacuum circuit breaker, Bus bars should be

mounted inside a sealed for life, cast resin /

stainless steel tank. The operating mechanism

of the switches and breakers shall be outside the

SF6 tank and accessible from front. The tank

should be filled with SF6 gas at an adequate

pressure. The degree of protection for gas tank

should be IP67. There shall be provision for

filling the SF6 gas at site. Moreover the Cast

Resin / Stainless Steel Gas Tank shall confirm to

the sealed pressure system as per IEC and

ensure the gas leakage to 0.1 % per year as per

IEC.

The Circuit Breaker is required to control 11

kV/433 volts distribution Transformer of rating

Page 108: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 107

up to 1250KVA and relay settings and Current

Transformers shall be selected accordingly.

General Finish: Totally enclosed, metal

enclosed, vermin and dust proof suitable for

tropical climate use as detailed in the

specification.

Ratings: The bus bars shall have continuous

rating of 630 Amps. The isolator shall have a

continuous rating of 630 Amps. SF6 Circuit

Breaker or Vacuum Circuit Breaker shall have a

continuous rating of 630 Amps. In accordance

with relevant IS / IEC standard

Breaking & Making Capacity: The Load Break

Cable Switches shall be capable for breaking

rated full load current. The same along with its

earthing switch shall also be suitable for full

making capacity of the system as specified.

The complete switchgear shall be suitable for

breaking capacity of 21kA symmetrical at

11000 volts three phase for 11kV system for 3

sec

Bus bar: Switchgear shall be complete with all

connection, bus-bars etc. Copper bus bars

continuous rating shall be 630 Amps. The bus

bars should be fully encapsulated by SF6 gas

inside the tank.

Protection: The circuit breaker shall be fitted

with static type self-powered relay inside the

front cover to avoid any tampering. The same

shall be used in conjunction with suitable CT’s

and Tripping Coil for fault tripping of the Circuit

Breakers. CT’s shall be mounted on bushing of

breaker. CT’s mounted on cable inside cable

compartment are also acceptable.

Cable Termination: Each Cable compartment

shall be provided with three bushings of

adequate sizes to terminate the incoming

outgoing 11kV, 3 Core cables as the case may

be. There shall be enough height from the base

of the mounted switchgear so that the cables

can be bent and taken vertically up to the

bushings. The Cable termination shall be done

Page 109: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 108

by Heat shrinkable Termination method so that

adequate clearances shall be maintained

between phases for Termination. Cable

Termination boots shall be supplied by the

switchgear manufacturer.

Earthing of the main circuit: The moving

contacts of the earthing switch shall be

visible in the closed position through

transparent covers.

14 Air circuit

breaker

These shall be fixed type with manually

operated (EDO type) mechanism. The short

circuit mechanism and breaking capacity as

shall be supported by test certificate. The test

certificates should be from CPRI / any Govt.

approved recognized test house / laboratory.

The circuit breaker shall be fitted with CT

operated thermal overload and short circuit

releases devices for suitable current rating.

o Overload releases should be settable from

50% to 100% of the rated current in.

o Ambient temperature compensated type

and there should not be de-rating of ACB

current carrying capacity at 50°C. The

testing of ACB for the temperature rise

shall be carried out by the manufacturer as

per the prevailing, IS / IEC or any other

international standards.

o ACB shall be provided with very sensitive

overload and short circuit release. Short

circuit release should have settable value

as required with an adjustable times having

setting range of 40 – 460 m seconds, to

have a proper co-ordination with short

circuit release of outgoing MCCBs.

o 3 phase, 4 wire, neutral earthed having link

arrangement.

o Rated current thermal current - as per

requirement.

o Service voltage - 415 volts

o No. of break / pole - one

o Frequency - 50 c / s

o Rated insulation voltage - 1000 volts

o Rated short circuit breaking capacity

o Rated services S/C breaking capacity Ics

(RMS) – 50kA

Page 110: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 109

o Rated ultimate S/C breaking capacity Icu

(RMS) – 50kA

o Break Time - less than 40ms

o S/C making capacity 1cm (peak) - 105kA

o Rated short time withstands current - Icw

50kA for 1 sec.

o Suitable for outdoor installation.

o It shall conform to IS 13947 / pt.2 / 1993

with latest amendment, if any.

o Performance category - Utilization

category – B.

o The status of open and close shall be

clearly visible.

o The trip indication separated for overload

and individual phase wise trip indication for

short circuit to be provided.

o The ACB shall have the provision to lock

the operating mechanism in off position.

o The operating mechanism should be form

front and the compartment should have the

degree of protection IP – 54.

o Separator shall be provided between all

phases inside. ACB enclosed to prevent

travel of arc during short circuit.

o The CT’s mounted for thermal overload

release shall have secondary winding

inaccessible including tripping mechanism

of O/L and magnetic releases to avoid

tampering CT’s should also have provision

of separators.

o Two nos. earthing bolts for propose of

earthing of ACB may also be provided &

suitable for G.I stay wire of size 7 / 10

SWG.

o The bus bar size shall be confirming to

relevant IS and the neutral bus bar shall be

of same wire of size as phase bus bar and

should be suitable for connecting neutral.

o The ACB shall be tested in accordance with

the provision of IS: 13947 – Part I or

relevant IEC

o 4 X 2000 Amps ACB shall provide in the LT

section

Page 111: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 110

15

Interconne

cting bus

bar

o Bus bar shall be of high conductivity

aluminium (E91E) supported on insulators

made of non-hygroscopic, non-inflammable

material with tracking index equal to or

more than that defined in BIS. The main

bus bars shall have uniform current ratings

throughout their length as specified in data

sheet / job specification. The current rating

of the neutral shall be half that of the

phase bus bars. Removable neutral links

shall be provided on feeders to permit

isolation of the neutral bus bar.

o Only zinc passivity or cadmium plated high

tensile strength steel bolts, nuts and double

spring washers shall be used for all bus

bar, joints and supports.

o The hot spot temperature of bus bars

including joints at design ambient

temperature shall not exceed 95°C for

normal operating conditions. It must be

recorded during type tests.

o The current rating of the bus bars shall be

as required for design ambient temperature

at site conditions and for being inside the

cubicle at fully loaded condition. The

vendor shall suitably de-rate the nominal

rating to suit the above condition.

o Minimum clearance between live parts,

between live parts / neutral to earth shall

be 19mm. However clearances between

terminals at components shall be as per

applicable individual standard for

components.

o Interconnections between the main bus

bars and individual units shall be made

using vertical / horizontal aluminium bus

bars of adequate rating.

16 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 112: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 111

10.2.3 Electrical Panel

Building Management System

Make

Model

S.

No System

Description Compliance

Yes/No

Remarks

General

Requirement

All the Panels shall be suitable for operation on

3 phase, 4 wire, 415 Volts, 50 cycles, neutral

grounded at transformer and short circuit level

not less than 33 MVA at 415 volts.

The MV Panel shall comply with the latest edition

of relevant Indian Standards and Indian

Electricity Rules and Regulations. All Panels and

Distribution Boards shall be fabricated by using

specified components as per the specifications

given below

Construction

The Panels shall be metal enclosed sheet steel

cubical, indoor, dead front, and floor mounting

type. The distribution boards shall be totally

enclosed, completely dust and vermin proof.

Gaskets between all adjacent units and beneath

all covers shall provide to render the joints dust

proof. Panels shall be preferably arranged in

multitier formation. All doors and covers shall

be fully gasket with foam rubber and/or rubber

strips and shall be lockable. All MS sheet steel

used in the construction of Panels shall 2mm

thick and shall be cut to different sizes and

bolted as necessary to provide a rigid support

for all components. Joints of any kind in sheet

metal shall be bolted type and not welded type

All covers shall be properly fitted and square

with the frame, and holes in the panel correctly

positioned. Fixing screws shall enter into holes

tapped into an adequate thickness of metal or

provided with hank nuts. Self-threading screws

shall not be used in the construction of Panels.

A base channel of 75mm x 40mm x 5mm thick

shall be provided at the bottom. A minimum of

200 mm between the floor of MV Panel &

Distribution board and lower most units shall be

provided. The Panel shall be of adequate size

Page 113: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 112

with a provision of 20% spare space to

accommodate possible future additional

switchgear in addition to spare feeders

Knockout holes of appropriate size and number

shall be provided in the Panels in conformity

with the location of incoming and outgoing

cables

Panels shall be provided with removable sheet

steel plates at top and bottom to drill holes for

cable entry at site. MV Panel shall be of

Extendible type

The Panels shall be suitable for IP 42

protection. The panel shall be suitable for type

3 formation.

Circuit

Compartme

nts

Each circuit breaker, ACB /MCCB and switch

fuse units shall be housed in separate

compartments and shall be enclosed on all

sides. Sheet steel-hinged lockable door shall be

duly interlocked with the ACB/MCCB/switch fuse

unit in ‘on’ and ‘off’ position. Safety interlocks

shall be provided for air circuit breakers to

prevent the breaker from being drawn out when

the breaker is in ‘on’ position. The door shall not

form an integral part of the draw out position of

the ACB. No instruments and indicating lamps

shall mounted on the ACB compartment door.

Sheet steel barriers shall be provided between

the tiers in a vertical section. The Knobs for

holding the cubicle door in closed position shall

be spring operating rotating type and not

screwed type. All MCCB of 400A and above shall

be microprocessor-based release. All MCCB's of

250 A and below shall be thermal magnetic

release. All Incoming Breaker (ACB's/MCCB's)

shall be with Over current, Short Circuit and

earth fault release. All Outgoing Breaker

(ACB's/MCCB's) shall be with Over current,

Short Circuit release. NO/NC contacts for all

breakers (ACB/MCCB) to be considered for BMS

Integration in each Panel. All Incomer has to be

of 4 Pole and Outgoings to be of TP+N. All

Breakers in UPS Input and Output Panel should

of 4 Pole. MCCB/ACB with Oversized Neutral

pole to be considered for UPS Output Panels.

ACB should comply to IS/IEC 60947-2 for circuit

Page 114: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 113

breaker and 60947-3 for Switch dis connector

Function. MCCB should comply to IS /IEC

60947-1& 2.

Instrument

Accommoda

te on

Separate and adequate compartments shall be

provided for accommodating instruments,

indicating lamps, control contacts and control

fuses/ MCB etc. These shall be accessible for

testing and maintenance without any danger of

accidental contact with live parts of the

circuit breaker, bus bar and Connections

Bus Bar &

Bus bar

Connection

The bus bar and interconnections shall be of

electrolytic Copper of 99.9 % purity of

rectangular cross sections suitable for full load

current for phase bus bars and full rated current

for neutral bus bar and shall be extendible on

either side. Minimum 200 Amps capacity bus

bars shall be provided in the distribution boards.

The bus bars and interconnections shall be

insulated with PVC heat shrinking sleeves and

colour coded. The bus bars shall be supported

on unbreakable, non-hygroscopic insulated SMC

/ FRP supports at regular intervals to withstand

the forces arising from short circuit in the

system. All bus bars shall be provided in a

separate chamber and properly ventilated. The

current density of copper shall not be more than

1.6 Amps per sq.mm cross sectional area of Bus

bar. The Bus Bars shall be sized for the rated

current and temperature rise of maximum 35ºC

above ambient of 45ºC

All bus bar connections in Panel and Sub-

distribution boards shall be done by drilling

holes in bus bars and connecting by cadmium

plated M.S. bolts and nuts. 20% Additional cross

section of bus bars shall be provided in all

distribution boards to cover up the holes drilled

in the bus bars. Spring and flat washers shall be

used for tightening the bolts

Automatically operated safety shutters to

screen the live cluster when the breaker is

withdrawn from cubicle is to be provided

All connections between bus bars and switches

and between switches and cable alley terminals

shall be through solid copper strips of proper

Page 115: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 114

size to carry full rated current and insulated with

PVC heat shrinking sleeves . All the M V Panels

and SDBs shall be completely factory wired,

ready for connection. All the terminals shall

have adequate current rating and size to suit

individual feeder requirements. Each feeder

shall be clearly numbered from left to right to

correspond with wiring diagram. All the switches

and feeders shall be distinctly marked with a

small description of the service installed.

Minimum width of bus bar Alley shall be 300

mm and that of cable alley shall be 450 mm

Terminals

The outgoing terminals and neutral link shall be

brought out to a cable alley suitably located and

accessible from the panel front. The current

transformer for instruments metering shall be

mounted on the terminal blocks. Cable

compartments shall be provided for incoming

and outgoing cables with suitable bus bar

extension and supports

Wire ways

A horizontal wire way with screwed covers shall

be provided at the top to take interconnecting

control wiring between different vertical

sections

Cable

Compartme

nts

Cable compartment of adequate size shall be

provided in the Sub Distribution Boards for easy

termination of all incoming and outgoing cables

entering from bottom or top. Adequate proper

supports shall be provided in cable

compartments to support cables. All incoming

and outgoing switch/MCCB’s terminals shall be

brought out to terminal blocks in the cable

compartment

Meters

All meters shall be housed in a separate

compartment and accessible from front only.

Lockable doors shall be provided for the

metering compartment. The details of other

meters and indicating lamps are as described in

each switchboard and neutral selector switch of

appropriate range and scale. Wiring for meters

shall be colour coded and labelled with approved

plastic ferrules for easy identification. All

meters shall be digital

Page 116: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 115

Current

Transformer

s

Where ammeters are called for, CT’s shall be

provided for current measuring more than 60

Amps.

Each phase shall be provided with separate

current transformer of accuracy class I and

suitable V.A. Burden for operation of associated

metering and Relays. Current transformers

shall be in accordance with IS 2705-1964 as

amended up to date and Cast Resin Type. Tape

wound CTS are not acceptable. The nameplate

of CT’s. Shall be fixed in such a way it can be

easily readable without dismantling

Indicating

Panel &

All meters and indicating instruments shall be

accordance with relevant Indian Standards. The

meters shall be flush mounted and draw out

type. Indicating lamps shall be neon type and of

low burden. Indicating lamps shall be backed up

with fuses of 5 Amps and toggle switch

Earthing

Copper earth bars of 25mm x 3mm shall be

provided for all panels for the full length and

connected to the framework of the Panel

Provision shall be made for connection from this

earth bar to the main earthing bar on both side

of the Panel.

Painting

All sheet steel work shall undergo a process of

degreasing pickling in acid, cold rinsing, and

phosphate, passivation and then sprayed with a

high corrosion resistant primer. The primer shall

be baked in an oven. The finishing treatment

shall be by application. Two coats of synthetic

enamel paint of approved colour and powder

coated. The nine Tank process shall be adopted.

Labels

Engraved anodized aluminium labels shall be

provided on all incoming and outgoing feeder

switches. Circuit diagram showing the control

wiring shall be pasted on inside of the panel

door and covered with transparent laminated

plastic sheet

The Label shall indicate the name of the feeder,

the specific area it is feeding, ampere rating and

the cable size it is receiving. The Labels shall be

provided on the backside of the Panel in case of

back access.

Page 117: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 116

All the SDBs and Panels shall be subject to tests

specified in relevant Indian Standards and test

certificate shall be furnished

Shop

Drawing

Before fabricating the Panels the Selected

Bidder has to submit shop drawing showing the

general arrangements, bill of materials and the

wiring diagram for all the Panels to the

Consultant and get approval from the

Consultant

Inspection

At all reasonable times during production and

prior to shipment of equipment the Selected

Bidder shall provide and secure for Consultant/

Owners representative every reasonable access

and facility at their plant for inspection.

Test

Certificates

Testing of Panels and SDBs shall be carried out

at factory and at site as specified in Indian

Standards. The test certificates for the tests

carried out at factory shall be submitted in

duplicate

MCB

Miniature circuit breaker shall be quick make

and break type and confirm with Indian

Standards IS: 8828 – 1978 (Specifications for

Miniature Air Break Circuit breakers for voltage

not exceeding 1000V) The housing of MCB’s

shall be heat resistant and having a high impact

strength. The fault current of MCB’s shall not be

less than 9000 Amps at 230 volts. The MCB’s

shall be flush mounted and shall be provided

with trip free manual operating mechanism

“ON” and “OFF” indications

The MCB contacts shall be silver nickel and

silver graphite alloy coated with silver. Proper

arc chutes shall be provided to quench the arc

immediately. MCB’s shall be provided with

magnetic fluid plunger release for over current

and short circuit protection. The over load or

short circuit devices shall have a common trip

bar in the case of DP and TPN Miniature circuit

breakers. The MCB shall be tested and certified

as per Indian Standards prior to installation

MCCB

MCCB’s shall be in accordance with IS: 2516-

1985 & IEC 157-1 with the latest amendments.

It shall be enclosed type made of Heat resistant

high strength, flame retarding, thermosetting

Page 118: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 117

material rated for 500 V, 50 Hz. It shall have

three position indicators 'ON', 'OFF' & 'TRIP' at

top, bottom & middle position. All MCCB.s shall

have door-operating handle (Rotary Operating

Handle). The short circuit rating of all MCCB’s

shall be ICS and not ICU.

Automatic

Transfer

Switch

(ATS)

The ATS shall transfer the load from one source

to another source without any disruption for

running the equipment and lighting. The ATS

shall conform to IEC. 60947-6-1. The ATS shall

have overlapping switched neutral for

eliminating voltage transients and ground fault

protection due to unbalanced load during

change over. The ATS shall transfer the load

from one source to another source with high

speed through solenoid operating mechanism.

ATS shall have provision for transferring load

manually by operating handle in emergency

conditions or malfunctioning of ATS. The

complete operation of ATS shall be controlled by

Inbuilt PLC

Test at

OEM’s End

All routine and type tests as per IS : 2834 shall

be carried out at manufacturer’s work and

test certificates shall be furnished to the owner

10.2.4 Capacitor Bank

APFC Panel

Make

Model

S. No System Description Compliance

Yes/No

Remarks

General

Description

The bidder shall propose the Automatic Power

factor correction Capacitor bank.

Medium voltage capacitor units are used in MV

capacitor banks to build power factor correction

systems, and/or harmonic filtering solutions.

Complete range includes 4 types of capacitors:

o Three-phase capacitor units,

o Single-phase capacitor units, with or without

internal fuses,

Page 119: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 118

o Double capacitors

o Surge protection capacitors

This specification covers the requirements for

individual capacitors rated up to 36kV, 50 Hz or

60 Hz used indoors.

Specifications referenced based on the IEC

standard.

Standards

Where applicable, the capacitor unit shall

conform to the latest edition of the following

standards:

o IEC 60871-1, 2, and 4

NEMA CP-1

Capacitor

Constructio

n

Capacitor case assembling shall fully TIG

welded.

The complete capacitor with bushings and

mounted on his brackets has to be tested to

vibration according to IEC 60068-2-6 up to 4M3.

Capacitor bushings shall be porcelain type,

certified according IEC 60137. Either it shall be

crimped or TIG welded to the top of the case to

provide a strong, hermetically sealed system.

Capacitor bushing colour shall be light grey or

as per standard

The capacitor has to be tested to salt mist

according to IEC 60068- 2-11 (with 5% NaCl for

at least 672 hours) and to sulphurous

atmosphere according (0,067% SO2 for at least

30 days).

A portion of the bottom of the mounting bracket

shall be left unpainted to allow proper grounding

of unit to the capacitor bank.

The bushing terminal(s) shall be M16x2.0,

nickel plated brass and be equipped with a

clamp-type terminal connector to accommodate

copper or aluminium conductors.

The nameplate shall be located on the narrow

side of the capacitor and contain the

information.

Internal

Constructio

Capacitor units shall be of the "all-film" design

using 2 or 3 sheets of Hazy Polypropylene Film

Page 120: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 119

n and

Industrial

process

as the solid dielectric material. Electrodes shall

be made of folded aluminium foils.

In order to increase the service continuity and

improve reliability of the capacitor bank,

"internal fuse" technology, as far as technically

possible, have to be used for single-phase or

double capacitor units.

Each capacitor shall be provided with a

discharge resistor assembly to reduce the

residual voltage to 75 volts or less within 10

minutes after the capacitor is disconnected from

rated voltage.

The capacitor active parts shall be assembled in

a clean and controlled atmosphere (dust,

humidity, temperature) manufacturing line

according to ISO 14644-1 Class level 8.

The capacitor unit shall be filled under vacuum

to insure full impregnation and improved

performance.

Insulating fluid shall be a non-PCB oil.

Capacitor and his process should be

environmentally safe.

The capacitor has to be compliant with ROHS

directive and REACH declared

Electrical

characterist

ics

Capacitors shall be rated for line-to-line voltage

in the event they are applied on ungrounded or

poorly grounded systems.

Capacitor units shall be capable of continuous

operation over an ambient range of -40 to

+55°C provided that the following limitations

are not exceeded:

o 130% of rated voltage RMS, including

harmonics for 1minute

o 130% of rated current RMS, permanently,

including fundamental and harmonic currents

o Transient current up to 100x rated current

Capacitor units shall be capable of meeting the

permissible overload operating conditions as

specified in the applicable Standards.

Page 121: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 120

Documenta

tion

The bidder shall include the following

documentation for evaluation purposes:

o Description of capacitor units, including:

o Number of series sections

o Number of element per section

o Detailed electrical data including tan (delta)

o Outline drawings of capacitor units.

o Capacitor weight.

o Letter of conformity with Type test list

Product Environmental Profile

10.2.5 Floor PDU

Floor PDU

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1

General

Requirem

ent

o The PDU shall contain the appropriate

modular distribution panel within a Rack

enclosure suitable for installation in a data

centre environment. The distribution panel

shall be intrinsically finger safe, and shall be

suitable for the installation of single or three

phase modular circuit breaker assemblies

without the need for hand tools.

o Each [208V] [400V] PDU shall be comprised

of trained-personnel hot-swappable circuit

breakers.

o The PDU and associated equipment shall

operate in conjunction with a primary power

supply to provide quality uninterrupted power

for mission critical, electronic equipment load.

o All programming and miscellaneous

components for a fully operational system as

described in this Section shall be available as

part of the PDU.

2

AC

Nominal

Input

Voltage

3-phase, 300 A, 3-Wire+N+G, 60 Hz]

Phase, 3-Wire+N+G, 60Hz]

Page 122: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 121

3

AC

Nominal

Output

Voltage

[208V 1-phase,

[400V 3-phase,

A maximum, 3-wire + N + G]

Refer electrical SLD for output breakers

4

Regulator

y

Requirem

ents

o National Fire Protection Association (NFPA).

o ISO 9001

o ISO 14001

5 Environm

ental

o Storage Ambient Temperature: 0 to +45°C

o Operating Ambient Temperature: 0 to 30°C

(0 to 40°C de-rated)

o Relative Humidity: 0 percent to 95 percent,

non-condensing.

6 Input

voltage

The PDU shall be available for a 400/230

7 Distributi

on Board

the PDU shall be one 45 pole distribution board

connected to the output bus of the PDU to

serve as critical load distribution

8

Enclosure

with

locking

mechanis

m

The PDU shall also have a full-length hinged

front door, with locking mechanism, to allow

access to the panel board circuits. There shall

also be a hinged rear door to allow access to

the back of the unit

9 Display

Unit

As per standard

10 Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMCs).

Page 123: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 122

10.2.6 DG Synchronization Panel

Synchronization Panel

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Synchronizati

on panel:

A synchronization Panel incorporating all

necessary metering and protection with

auto load sharing and auto

synchronization complete with required

software to be install to synchronize the

DG sets and feed the synchronized power

to the Building LT panel and Data center

LT Panel 1 & 2. The panel shall be made

appropriate thick MS sheet and shall have

IP55 degree of protection.

The bidder should propose the two

numbers of Synchronization panels, in

which one panel utilized for building DG

set and second panel utilized for Data

center.

The output of DG synchronization panel -1

shall feed to building LT panel.

The output of DG synchronization panel -2

shall feed to Data center LT panel 1 and

2.

The DG synchronization panel should

have all protection like UV, OC, EF, Master

Relay, which is require to meeting local

standard.

Page 124: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 123

10.2.7 Air Circuit Breaker

Air Circuit Breaker

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Air Circuit

breaker

o Air circuit breakers (ACB) shall comply

with standards IEC 60 947-1 and -2 or

standards derived from the latter; optional

version may comply with UL / ANSI / JIS

standard.

o The ACB breaking capacity

performance certificates shall be available

for category B according to IEC 60 947-2

standards. Air circuit breakers shall have a

breaking capacity justified by calculations

taking into account their installation

location. The test shall be carried out with

a breaking performance during operation

(Ics) and admissible short time withstand

(Icw) equal to the ultimate breaking

capacity (Icu).

o All Air circuit breakers can be reverse

fed without reduction in performance.

o All Air circuit breakers shall have a

rated operational voltage of 690V AC

(50/60Hz).

o The rated insulation voltage shall be

1000V AC (50/60Hz).

o All circuit breakers shall fully

tropicalized as standard.

o Air circuit breakers shall suitable for

isolation according to IEC 60 947-1 and 2

for the rated insulation voltage of 1000 V

and for the over voltage category IV.

Construction

General features

o Air circuit breaker shall be designed in

such a way that maintenance may be

carried out as a function of their use. To

reduce maintenance, electrical endurance

shall be greater than 10000 cycles up to

Page 125: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 124

1600 A, 6000 cycles up to 2 kA and 1500

cycles for values greater than 4 kA.

o No safety clearance shall be required

around draw out circuit breakers. For fixed

circuit breakers, 150 mm of free space

shall be provided above the arc chutes to

allow removal of the latter.

o The operating mechanism shall be of the

Open/Closed/Open stored-energy spring

type. The closing time shall be less than or

equal to 70 milliseconds.

o Air circuit breakers main contact shall

be encased in a reinforced polyester casing

and offer double insulation from the

operators on the breaker front face.

Main contacts

o The main contacts shall be designed

such that no maintenance shall be required

under normal conditions of use.

o The main contacts shall be equipped

with a visual wear indicator that may be

accessed by removing the arc chutes, for

immediate assessment of contact wear

without requiring measurements or

specific tools.

Arc chutes

o The arc chutes shall be removable on

site.

o Air circuit breakers shall be equipped

with metal filters to reduce effects

perceptible from the outside during current

interruption.

Draw out

Mechanism

The draw out operation shall be possible

through a closed door. Three positions of

the moving part shall be possible:

o Connected position - all auxiliary and

main circuits engaged.

o Test position - all auxiliary circuits

engaged all main circuits disconnected.

o Isolated position - all circuits

disconnected.

Safety

requirements

o A door interlock shall be provided so

that it shall not be possible to open the

door until the air circuit breaker moving

part is in the disconnected position.

o Insulated safety shutters shall be

provided over the incoming and outgoing

main circuits and over the auxiliary

circuits. An interlocking shall be provided

Page 126: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 125

to prevent insertion of a circuit breaker

having a rating higher than the current

rating of the fixed part, into that fixed part.

o The racking handle shall be stowed on

the air circuit breaker in such a manner as

to be accessible without defeating the door

interlocking.

Electrical

auxiliaries

o All electrical auxiliaries including the

motor spring charging mechanism shall be

field adaptable without adjustment. They

shall be fitted into a compartment which

under normally loaded conditions has no

metalwork energized from the main poles

exposed with it.

o Any adaptation carried out thus shall

not increase the breaker volume.

o It shall be possible to connect all

auxiliary wiring from the front face of the

air circuit breaker; this wiring shall be

taken through a set of disconnecting

contacts, so that all auxiliary wiring is

automatically disconnected in the isolated

position.

Mechanical

indicators

Mechanical indicators on the front panel of

Air circuit breakers shall indicate the

following status conditions:

1. “ON” (main

contacts closed)

Spring charged

2. “ON” (main

contacts closed)

Spring discharged

3. “OFF” (main

contacts open)

Spring charged –

circuit breaker

ready to close

4. “OFF” (main

contacts open)

Spring charged –

circuit breaker not

ready to close

5. “OFF” (main

contacts open)

Spring discharged

Over current Protect

Digital Control Unit for general application

The ACB control unit shall be

interchangeable on site for adaptation to

changes in the installation. Sensors shall

be non-magnetic or of the Rogovsky type

Page 127: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 126

for accurate current measurements up to

Ics value. The ACB control unit shall

measure the true RMS value of the current.

The ACB control unit shall comprise a

thermal memory to store temperature-rise

data in the event of repeated overloads or

earth faults.

Protection

o The ACB control unit shall offer the

following protection functions as standard.

o Long-time (LT) protection with an

adjustable current setting and time delay.

o Short time (ST) protection with an

adjustable pick-up and time delay.

o Instantaneous (INST) protection with

an adjustable pick-up and an OFF position.

o Current and time-delay settings shall be

indicated in amperes and seconds

respectively on a digital display.

o Earth-fault protection with an

adjustable pick-up and time delay shall be

provided if indicated on the appended

single-line diagram.

Communicati

on

On option Air Circuit Breaker shall be

capable of communicating the following

data via NO/NC Contact

o Circuit-breaker status

(open/closed/trip)

The circuit breaker should have necessary

accessories component to integrate with

building management system

10.2.8 Molded case Circuit Breaker

Molded Case Circuit Breaker

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

The specification applies to molded-case

circuit breakers (MCCB) from 100A to 630A

for AC (50/60Hz) low voltage electrical

installation from 220V to 690V. MCCB shall

be equipped with a trip unit that offers the

appropriate level of performance to fit to

Page 128: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 127

the application. Electronic versions will

provide highly accurate protection with

measurement, metering, operating

assistance and communication functions.

o MCCB shall be available in fixed or plug-

in/withdrawable versions as well as in 3-

pole and 4-pole versions. For plug-

in/withdrawable versions, a safety trip

shall provide advanced opening to prevent

connection and disconnection of a closed

circuit breaker

o MCCBs shall be designed for both

vertical and horizontal mounting, without

any adverse effect on electrical

performance. It shall be possible to supply

power either from the upstream or

downstream side.

o For a MCCB rating frame given, MCCBs

dimensions shall be the same whatever the

ultimate breaking capacity.

o MCCB shall have a rated operational

voltage of 690 V and a rated insulation

voltage of 690 V (AC 50/60 Hz),

Compliance

with

Standards

Numb

er

Title Usage

EN

/IEC

60947

-1 &

2

Low-voltage

Switchgear and

control gear

Part 2 : Circuit

Breaker

Characteristi

cs of circuit-

breakers;

- operation

and

behaviour in

normal

service;

- operation

and

behaviours in

case of

overload and

operation

and

behaviour in

case of

short-circuit,

including co-

ordination in

Page 129: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 128

service

(discriminatio

n and back-

up

protection);

- Dielectric

properties;

IEC

60947

-2,

annex

B

Circuit Breaker

incorporating

residual current

protection

IEC

60947

-2,

annex

F

Additional tests

for circuit-

breakers with

electronic over-

current

protection

Electronic

trip unit

(RMS current

measuremen

t, EMC)

IEC

60664

-1

Insulation

coordination for

equipment within

low-voltage

systems - Part 1:

Principles,

requirements

and tests

Category IV

for a rated

insulation

voltage up to

690 V, class

II insulation

between the

front and

internal

power

circuits

IEC

61000

-4-1

Electromagnetic

compatibility

(EMC)

Testing and

measurement

techniques

EMC

Immunity

IEC

61557

-12

Combined

performance

measuring

and monitoring

devices for

electrical

parameters

Accuracy

class

Page 130: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 129

IEC

60068

-2

Environmental

testing

Climatic

withstand

IEC

755

General

requirements for

residual current

operated

protective

devices

Class A RCD

Circuit

breaker

design

For maximum safety,

o The power contacts shall be insulated in

an enclosure made of a thermosetting.

material from other functions such as the

operating mechanism, the case, the trip

unit and auxiliaries

o All poles shall operate simultaneously

for circuit breaker opening, closing and

tripping.

o MCCBs shall be actuated by a toggle or

handle that clearly indicates the three

positions: ON, OFF and TRIPPED.

o In order to ensure suitability for

isolation complying with IEC 60947-2 § 7-

27:

o The operating mechanism shall be

designed such that the toggle or handle

can only be in OFF position (O) if the power

contacts are all actually separated, in OFF

position, the toggle or handle shall indicate

the isolation position.

o Isolation shall be provided by a double

break on the main circuit.

o MCCBs shall be able to receive a device

for locking in the “isolated” position, with

up to 3 padlocks, Ø8 maximum.

o MCCBs shall be designed to prevent

access to live parts when the cover is

removed

o MCCBs shall be equipped with a “push

to trip” button in front to test operation and

the opening of the poles.

o MCCB rating, “push to trip” button,

performances and contact position

indication must be clearly visible and

accessible from the front, through the front

panel or the door of the switchboard.

Page 131: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 130

For rating frame higher than 250 A MCCBs

shall be fitted with metallic filters to reduce

effects perceptible from the outside during

current interruption

Current

limitation,

discriminatio

n, durability

o From 100 A to 630 A rating frame,

MCCBs breaking unit shall be made with a

double rotary contact to greatly limit let

through energy on the installation. For

short-circuits, the maximum thermal

stress I²t shall be limited to: 106 A2s for

ratings up to 250 A, 5 x106 A2s for ratings

between 400 A and 630 A.

o MCCBs, the current ratings of which are

identical with the ratings of their trip units,

shall ensure discrimination for any fault

current up to at least 35 kA RMS, with any

downstream circuit breaker having a

current rating less or equal to 0.4 times

that of the upstream circuit breaker.

o MCCB from 100A with electronic trip

unit shall ensure total discrimination with

Miniature Circuit breaker up to 40A.

The electrical durability of MCCBs, as

defined by IEC 60947-2 standard, shall be

at least equal to 3 times the minimum

required by the standard.

Auxiliaries

and

accessories

o It shall be possible to equip MCCBs with

a motor mechanism for electrically

controlled operation. An “auto/manual”

switch in front shall, when set to the

“manual” position, lock out electrical

control; when set to “auto”, lock out the

manual control; remote indication of

“manual” or “auto” mode shall be possible.

It shall also be possible to seal the access

to the “auto” control. Closing shall take

place in less than 80 ms.

o Following tripping due to electrical faults

(overload, short-circuit, earth fault),

remote reset shall be inhibited. It shall

however be possible if opening was

initiated by a voltage release.

o The operating mechanism shall be of the

stored-energy type only

Page 132: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 131

o The addition of a motor mechanism or a

rotary handle shall in no way affect circuit

breaker characteristics:

o Only three stable tripping mechanism

positions (ON, OFF and TRIPPED) shall be

possible with the motor mechanism,

o Suitability for isolation shall be provided

by positive contact indication (ON and OFF)

in front of the motor mechanism module

o MCCBs shall be designed to enable safe

on-site installation of auxiliaries such as

voltage releases (shunt and under voltage

releases) and indication switches as

follows:

o same field installable auxiliary contacts

for signalizing different functions, as:

open/ closed position, fault signal,

electrical fault (including electrical

leakage) signal, all auxiliaries shall be

common for the entire range,

o they shall be separated from power

circuits,

o all electrical auxiliaries shall be of the

snap-in type and fitted with terminal

blocks,

o Auxiliary function and terminals shall be

permanently engraved on the case of the

circuit breaker and the auxiliary itself,

o The addition of auxiliaries shall not

increase the volume of the circuit breaker.

o The addition of a motor mechanism

module or a rotary handle, etc., shall not

mask or block device settings

Protections

requirements

o MCCBs shall comprise a device,

designed to trip the circuit breaker in the

event of high-value short-circuit currents.

This device shall be independent of the

thermal-magnetic or electronic trip unit.

The breaking will be carried out in less than

10ms for short-circuit currents above 25In.

o MCCBs with ratings up to 250 A shall be

equipped with fully interchangeable trip

units in order to ensure the protection

against overcharge and short-circuit. The

trip units shall be of thermal-magnetic

Page 133: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 132

o MCCBs with ratings over 250 A shall be

equipped with electronic trip units.

o The trip units shall not augment overall

circuit breaker volume

o Trip unit shall be easily interchangeable

and easily secured to the MCCB without

removing the breaker from the panel

o All electronic components shall

withstand temperatures up to 105 °C.

o Electronic and thermal-magnetic trip

units shall be adjustable and it shall be

possible to fit lead seals to prevent

unauthorized access to the settings

o Protection settings shall apply to all

circuit breaker poles

o It shall be possible to equip MCCBs with

an auxiliary contact signalizing an

electrical fault operated by the trip unit

10.2.9 Energy Meter/MFM Meter

Energy Meter/MFM Meter

Make

Model

S. No System Description Compliane

Yes/No Remarks

Energy Meter

Specification

o The Meter shall provide 24 current

inputs that can be configured for 24

circuits of 1 CT, 12 circuits of 2 CTs, or 8

circuits of 3 CTs.

o The Meter shall be accurate to ANSI

C12.20 Class 0.5 and IEC 62053 Class

0.5S. No annual recalibration by users

shall be required to maintain these

accuracies.

o The Meter shall directly accept either

single or and three-phase voltage inputs

within the range of 100 to 300 Vac L-N.

Page 134: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 133

o The Meter shall be calibrated for

accuracy at a line frequency of either 50

Hz or 60 Hz.

o The Meter shall be capable of

monitoring circuits up to 5000 Amps and

shall be user configurable.

o The Meter shall have a local display that

provides information from each metering

point as well as diagnostic information.

The display shall allow the user to navigate

to information from individual metering

points.

o The Meter shall have an optional

remote display that provides information

from each metering point as well as

diagnostic information. The remote

display shall allow the user to navigate to

information from individual metering

points.

o Each Meter shall have as standard a

10/100Base100TX Ethernet data port

o The information and capabilities

provided by the Meter shall include the

following. The values shall be read directly

from the Meter display without the need

for multipliers.

o Real Energy (kWh) delivered and

received

o Reactive Energy (kVARh),

delivered and received,

o Apparent Energy (kVAh)

o Active Power Total (W)

o Reactive Power Total (var)

o Apparent Power Total (VA)

o Voltage, per phase

o Current, per phase

o Power Factor

o Pulse Counts

o The Meter shall include on-board

memory to store measured values,

including date and time stamp. The

following measurements shall be available

for logging.

o Real Energy (kWh), delivered and

received

o Reactive Energy (kVARh),

delivered and received

Page 135: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 134

o Apparent Energy (kVAh)

o Voltage, per phase

o Pulse Counts

o The Meter shall have the capability to

push data using FTP on a user defined

schedule ranging from once every 5

minutes to once per day.

o The Meter shall serve both real-time

data and logged data via the Modbus TCP

protocol.

o The Meter shall log data on a user-

defined interval of 5 minutes to 60 minutes

and store up to 2.4 years at 60-minute

intervals.

o The Meter shall automatically

synchronize its internal clock via the

Ethernet network.

o The Meter shall include a web server,

provide real-time data, and meter status

in a form accessible by a standard web

browser.

o The Meter shall support CTs (current

transformers) with secondary of 5A, 80

mA, or 0.333 V.

o The Meter shall be suitable for

mounting internal to an electrical

switchboard or panel board to facilitate

accuracy of installation and reduce field

wiring labour costs.

o Modular interface cables shall be

provided for current inputs with each

Meter.

o The Meter shall provide two (2) inputs

capable of counting pulses from

transducers or other meters.

o The Meter shall have a sealable internal

cover shall be provided to protect the

meter security switch.

o The Meter shall have a sealable outer

cover to protect all wiring connections.

o The Meter shall be provided with PC

based configuration software. The

configuration software shall be file based

providing support for both online and

offline configuration.

o The Meter shall be remotely

configurable via an Ethernet network.

Page 136: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 135

o The Meter shall include an on-board

clock with battery backup.

o The Meter shall be certified to UL

certified.

o The Meter shall be tested to ensure

compliance with the limits for a Class B

digital device,

o The meter module shall be rated for an

operating temperature range of -40°C to

70°C and shall be suitable for indoor and

enclosed outdoor use.

10.2.10 TVSS

Transient Voltage surge suppression

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

o The main incoming switchboard (MSB)

and distribution boards (DB) shall be

equipped with TVSS as defined in the IEEE

standard 1100(1999).

o The TVSS shall be constructed of Metal

Oxide Varistor (MOV) technology and

internal surge capacitors.

o The surge protective devices shall be

sized per IEEE Std C62.41-1991 and IEEE

Std C62.45-1992.

o Surge protective devices used for three-

phase, four-wire circuits shall be connected

in all combinations of line-to-line, line-to-

neutral, line-to-ground, and neutral-to-

ground. (L-L, L-N, L-G, N-G)

o The TVSS shall have a UL

o The unit shall have a maximum

continuous operating voltage (MCOV)

rating of minimum 320VRMS.

o The Response time of TVSS shall be

0.5 nanoseconds.

o The TVSS shall provide up to 40dB for

RFI & EMI noise attenuation.

o TVSS monitoring shall consist of

indicator lamps and form C dry contacts.

Page 137: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 136

Monitoring of all modes, including N-E is

required.

The TVSS warranty shall be 5 years

minimum and cover all parts of the TVSS.

10.2.11 Diesel Generator

2.8

Diesel Generator

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The Diesel Generator location shown in the

layout refer the Annexure drawing. The DG

set silencer structure available in the site.

The bidder shall propose the supply and

installation of the exhaust pipe as per

industrial standard.

The bidder shall propose the DG foundation

for proposed rating as per OEM

recommendation.

The bidder shall propose 1 X HSD tank. The

total tank capacity must support 72 hours

of DG continuous running at full load

capacity.

The bidder shall propose the two numbers

of diesel pump and require piping to

connect from HSD tank to day tank

The bidder should submit the SLD drawing

for proposed solution.

Diesel

Generator

Technical specification & scope of work of

the minimum Data Center Continuous

Power for the engine supplied in the

required DG Set should be 663 kWm / 890

BHP. Genset should be suitable to supply

power continuously to a constant or

varying electrical load for unlimited hours

in a data center application. The Genset

should meet the uptime requirement of a

Tier III and IV data center conforming to

Page 138: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 137

2012 IBC Certification and capable to run

for unlimited hours of operation.

“(DG should be capable of delivering

Minimum 600 kWe @ 0.8 PF (lagging)

Electrical power output at Alternator

terminals continuously without any

interruption 24 x 7 x 365 days @ 50

Deg. C.

The Genset rating proposed can either

be Data Center Continuous Rating

conforming to 2012 IBC Certification

and should meet uptime requirement

of a Tier III and Tier IV data center.

The Proposed DG set capable to run

for unlimited hours of operation at its

full capacity or Alternately. If the Data

Center Continuous ratings are not

available with the manufacturer then

the bidder can propose a Continuous

Power rating as per ISO8528-1, whilst

supplying a constant electrical load

when operated for an unlimited

number of hours per year under the

agreed operating conditions.

Scope

This section covers the detailed

requirements regarding design,

manufacture, assembly, testing at the

manufacturer's works, packing &

forwarding and delivery up to the site,

unloading and in-site shifting.

supply, erection, testing, commissioning,

performance and guarantee testing of

Diesel Gen-Sets at Site complete in all

respects with all equipment, fitting and

accessories for efficient and trouble free

operation as specified here under. The

design and performance of equipment shall

comply with all currently applicable

statues, regulations and safety codes in

the locality where the equipment going to

be installed.

The equipment shall be to the latest edition

of applicable standard as specified. In case

of conflict between applicable standards

and this specification shall govern.

Page 139: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 138

The General Scope of this work shall

include but not limited to the following:

o DG set including diesel engine complete

with all auxiliary and accessories,

Alternator directly coupled to the engine

through flexible/ rigid coupling complete

with all accessories for starting, regulation

and control, including common base frame,

interconnecting piping and accessories,

power and control cable glands and lugs.

DGs local (Engine mounted) control Panel,

all housed within the Acoustic Enclosure as

per CPCB Norms.

o Radiator of suitable capacity coupled

with the Engine.

o Equipment’s necessary for fuel

distribution including day oil tank, piping,

valves, and calibrated MS tank along with

level switch Flexible connections,

Expansion joints and Residential type

silencer, exhaust system including piping,

support and thermal insulation for total

exhaust system.

o Starting batteries and battery-charging

equipment, including their connections as

required

o Set of Anti Vibration Mountings pad etc.

o The DG Set shall have properly

machined common base frame with

grouting bolts.

o All the sheet metals should be

processed (cutting, forming, bending, etc.)

through CNC machine for fabricating and

assembling acoustic enclosure, fuel tank

and other allied works at the DG

manufacturer’s premises.

o All the sheet metals to be used for the

acoustic, fuel tank, etc. should be properly

cleaned though 9-11(Min) tank treatment

process before painting. The Acoustic

Enclosure shall be weatherproof and rust

proof when kept in open air.

The fresh air inlet and the hot air outlet

should be hood type placed on the top of

the acoustic enclosure to improve the

efficiency of air circulation and ventilation

Page 140: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 139

Ambient

condition

General Design Consideration:

The purpose of designing all electrical

equipment, following ambient conditions

shall be taken into consideration.

o Ambient temperature

: 50 oC

o Altitude above mean sea level

: ≤500 mtrs.

The Switchboard shall be suitable for

operation at rated load for maximum

ambient temperature of 45oC.

Codes and

Standards

All material & equipment shall designed,

manufactured and tested in accordance

with the latest applicable Indian Standard

(IS) or IEC Publication except where

modified and/or supplemented by this

specifications.

Equipment and materials conforming to

any other standard, which ensures equal or

better quality, may be accepted. In such

case, copies of the English version of the

standard adopted shall be submitted along

with the bid.

The electrical installation shall meet the

requirements of Indian Electricity Rules as

amended up to date and relevant IS Codes

of Practice. In addition, other rules or

regulations applicable to the work shall

followed. In case of any discrepancy, the

more restrictive rule shall be binding.

The offered Diesel Generator shall also

comply with the latest revision of following

Standards:

Diesel Engine ISO 8528/1, ; BS:

5514/1

Internal

Combustion

Engines (12

Parts)

IS: 10000

Speed of Diesel

Generator

BS: 649 / 195B

Page 141: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 140

Data Center

Continuous

Ratings

2012 IBC

Certification and Tier

III & IV Uptime

Alternator IS: 4722 ; IEC:

60034 ; IS: 12065 ;

IS: 12075

Permissible Limits

of Noise Level of

Rotating

Machines

IS: 12065

Measure,

Evaluation and

Limit of Vibration

Severity of

Rotating of

Rotating Electrical

Machines Shaft

Dia. 65 mm or

higher

IS: 12075

Diesel Fuels –

Specifications

IS: 1460

Recommended

Practice for Hot

Dip Galvanizing of

Iron and Steel

IS: 2629

Method for

Testing

Uniformity of

Coating of Zinc

Coated Articles

IS: 2633

Code of Practice

for Fire Safety

IS: 3034

Equipment conforming to any other

National/International Standard, which

ensures equal or better quality, may be

accepted. In such case, the bidder shall

furnish copies of the standards in English

along with his bid and shall clearly bring

out the salient features of comparison with

corresponding listed standards.

Mode of

Operation/Du

ty Cycle

Period The DG set is intend to supply power to a

constant electrical load when operated for

an unlimited number of hours per year

under the agreed operating conditions. The

extensive usage primarily is due to non-

availability of gird power and hence both

Page 142: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 141

engine as well as alternator should be

continuous duty rated (for the specified

600-kWe @0.8PF). Manufacturer has to

note that these DG Sets may not be idle for

long periods except for periodic routine

checks once in a day.

Engine

Type:

The diesel engine shall be of stationary

type four strokes with INLINE / V Type

cylinder arrangement, Turbocharged after

cooled, Radiator cooled with recommended

injectors as per manufacturer

Rating:

o The manufacturer should specify the

Data Center Continuous Power BHP (as

defined above) or Continuous Power BHP

Rating COP (as per ISO8528-1) of the

engine. The Continuous Power BHP Rating

of Engine shall be such that the DG set can

deliver the specified net continuous

electrical output (600 kWe @0.8PF

Lagging) while supplying power/driving all

electrical and mechanical auxiliaries

connected to alternator terminals and

engine shaft at specified site conditions

and ambient temperature of 50 deg C. This

will ensure the exact output of 600 kWe

@0.8PF even at 50 degree centigrade at

site. (Letter from Engine Manufacture

stating that engine is suitable to provide

the stated load at site at 50 deg C without

any deration).

o The Engine should be 4 strokes, water-

cooled, 1500 RPM Confirming to BS:

5514/1. The Engine shall provide with

Electrical Starting Arrangement and shall

give the Electrical Output of 600 kW

rating.

o DG Set Manufacturer to provide

calculations confirming 600kWe (0.8 PF

lagging) output at 50 deg C and site

elevation.

Speed

o Speed shall be 1500 revolutions per

minute. The DG set shall provide the Over

speed protection.

Page 143: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 142

o At normal running conditions, the speed

shall be stabilized at plus or minus 2% in

nominal speed, regardless of load. At

transient condition, engine speed shall

vary not more than 10% plus or minus

Lubrication

System:

o The engine shall have a closed cycle

forced & splash lubricating system with

positive oil pressure and a crank chamber

for collection/storage of the lubricating oil

during circulation. No moving part shall

require lubrication by hand or any other

external source either prior to the starting

of the engine or when it is in operation.

o The lubricating oil filter shall be suitable

for replacement under normal conditions.

The minimum operating life of filter shall

be 300 hours/ 1 year without the necessity

of its replacement or cleaning.

o In case lubricating oil coolers are

required they shall be of the air

cooled/water cooled type and shall be an

integral part of the Diesel Generator Set.

o Necessary temperature and pressure

gauges and other instruments shall be

supplied and fitted on the lubrication

system.

o A lubricating oil level dipstick suitably

calibrated and shall be located in the

accessible position.

o In case manufacturer recommends lube

oil pump for intermittent priming, the

same shall be provided by the bidder along

with its controls.

o The design of the DG Set should be such

that it shall not require lubricating oil

priming before starting.

Fuel

System:

o The engine shall be capable of running

and delivering rated load on high-speed

diesel normally available in India. The

injection of fuel should be through

combined unit injectors or equivalent

injection mechanism for 600kWe @ 0.8PF

continuous electrical output.

o A fuel day tank shall be provided on a

suitably fabricated steel platform. The tank

shall be fabricated out of 2mm thick MS

Sheet, complete with level indicator

Page 144: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 143

marked in liters, filling inlet with removable

screen, an outlet, a drain plug, an air vent

and necessary piping. The fuel tank shall

painted with oil resistant paint.

o The Vendor should declare the fuel

consumption of the Diesel Generator

at 100%, 75%, and 50% loads.

Engine

Exhaust

System

o Exhaust system should create minimum

backpressure.

o The exhaust backpressure should be

within acceptable limit. However, it should

be within the limits suggested by engine

manufacturers to suit performance of the

engine.

o Use of thimble is must while passing the

pipe through concrete wall. The clearance

around the pipe and wall is must for free

movement and expansion/contraction of

piping.

o Exhaust piping inside the DG room

should be lagged LRB rock wool of proper

density along with aluminum sheet

cladding to avoid heat dissipation to engine

room. The thickness of lagging should not

be less than 50mm. Exhaust piping shall be

suitably supported and padded to avoid

damage to thermal insulation. Aluminium

cladding should be with Aluminium sheet

or with minimum 24SWG thickness.

o Exhaust flexible shall have its free

length when it is installed.

o The exhaust outlet should be in the

direction of prevailing winds & should not

allow exhaust gases to enter air

inlet/windows etc.

o There should be a rain trap to avoid

rainwater entry. If rain cap is used the

aperture between exhaust pipe & rain cap

should be higher than diameter of pipe. It

is also recommended that horizontal run of

exhaust piping should have slope

downwards away from engine towards the

condensate trap. Silencer should be

installed with drain plug at bottom.

o Hospital Grade type silencer should be

provided in the engine exhaust pipe. The

Page 145: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 144

design and location of the silencer shall

meet the requirement of backpressure.

o The flue gases from silencer shall be

taken out to atmosphere through metallic,

thermally insulated and cladded chimneys.

These chimneys shall be made from M S

class 'B' piping system conforming to IS

3589. Required flexible bellows, bends,

expansion joints, load support etc. shall be

provided as required.

o The exhaust chimney shall be insulated

with minimum 50 mm thick thermal

insulated glass wool/mineral wool up to

silencer. The portion between flexible

connections to silencer shall be lagged with

Asbestos rope. The insulation should be

held in position using wire chicken mesh.

24 gauge aluminum cladding sheet should

be wrapped over exhaust pipe starting

from engine up to the chimney top.

Flywheel

Housing

The Flywheel Housing should conform to

SAE J620 size 18 flywheel and SAE 0

flywheel Housing or as per manufacturer’s

standard

Turbo

Charger

It shall be of a robust construction, suitable

of being driven by engine exhaust having

a common shaft for the turbine and blower.

It shall draw air from filter of adequate

capacity to suit the requirements of the

engine.

Quietness of

Operation

o The engine shall designed to achieve

maximum quietness of operation.

o Efficient hospital grade silencer shall

provide for the exhaust.

o There should be an Insertion loss of 25

dB at 1 mtr distance from Canopy or as per

CPCB norms

o Engine vibration level shall not exceed

the limits specified in the relevant

specification.

Engine

Starting

o Engine starting shall be by electric

starting motor complete with

manual/automatic starting arrangement.

The starter motor shall conform to IS-4722

and IS-325 and shall be of adequate power

for its duty and be of inertia or pre-

engaged type. The pinion shall positively

Page 146: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 145

disengage when the engine starts up or

when the motor is de-energized. The

engine cranking shall be only from the

panel both for AMF & DG sets (Manual).

o Time for Run-up to Speed: From the

initial operation of the starting device, the

engine shall start, run up to normal speed

and be capable of accepting 50% of full

load within a maximum time of 25 seconds,

and full load within 15 seconds thereafter.

Starter

Battery:

o Starting battery sets of 24 V, heavy-

duty high performance approved

make/quality shall be provided to enable

crank & start the engine even in

cold/winter morning conditions. Type/

voltage/AH capacity of the same on 20

hour rated discharge period shall be

indicated in the offer. The battery shall be

capable of performing at least (3) three

normal starts without recharging.

o Batteries shall be Maintenance Free

Type

o The battery shall be provided with 2

nos. cables, min 1.5 m long heavy duty

rubber/PVC insulated cabling with brazed

tinned lug at one end and with brazed

tinned brass terminal lug at battery end -

for connecting batteries to cranking

system - with 0.25 m long inter battery

connecting cable.

o The lugs shall be clearly stamped + or -

and positive cable should be red sleeved

for easy identification.

o The batteries shall supplied fully

charged and ready to use.

Engine

Fitments

The engine shall be provided with fitments.

o Metallurgical sound Cylinder Block

o High Inertia Flywheel

o Forged Crankshaft & Connecting rods

o Individual Cylinder Heads

o Four-valve per cylinder

o Aluminium alloy pistons

o Vibration Damper

o All necessary high quality piping

o Crank case breather

o Air cleaner

Page 147: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 146

o Corrosion resistor

o Lubricating oil cooler

o Filters

o Governor

o Turbo charger

o Flywheel with flywheel housing

o Vibration dampers

o Exhaust/ Intake manifolds

o Oil sump (crank case) with dipstick

o Engine supports

o Hospital Grade silencer in exhaust

system

o Electrical starter 24 V

o Safety controls & instruments

AMF and

Synchronizin

g

The AMF and Synchronizing Controller

provided for the Diesel Generator should

have the following features:-

o Synchronizing up to six Genset each

with Individual Controller.

o Shortly Mains Paralleling.

o Auto Load Sharing.

o Load Dependent Start /Stop.

o Need based Priority changeover / Power

Management (Programmable).

o Genset Breaker and Mains Breaker

Control

o Auto Start / Stop.

o Local & Remote Start/Stop.

o Engine Parameters & Protections

Reading via Communication cable

o Easy accessibility.

o MODBUS for BMS connectivity.

o Utility Software for PC interfaces.

o Grid Paralleling (Mains Optional)

Controller

The Controller should display the following

status:-

o Engine Parameters.

o Running Status

o Event Recording.

o Fault Code Display.

o Fault Code Display.

o Digital AVR

o Service Timer Indication.

o Hour Meter, Real Time Clock for Time

and Date

o Voltage, Current, Hz, KW, KVA, Pf and

KVAr.

Page 148: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 147

o Breaker Status.

Controller

Feature

The Controller should have the following

protective features:-

o Engine Protections

o Under Voltage / Over Voltage.

o Under Frequency / Over Frequency.

o Reverse Power (active and re-active)

o Over Current

o Weak Battery Monitoring

o Low / High Battery Voltage

o Magnetic Pickup Failure and Shutdown

o Peak Current.

o Loss of Excitation.

o Voltage Asymmetry

Alternator

o The alternator shall be brushless type

(Stamford / Leroy Somer) controlled by

field control unit suitably compounded for

voltage and load current.

o The alternator shall conform to IS

4722/BS: 2613 and shall be suitable for

tropical conditions. The rating of the

alternator shall be designed on the basis of

40oC Ambient inside the DG room.

o The alternator shall comply with the

following specifications:

Rating

(site).

Each DG should be capable

of delivering Minimum

600kWe continuous @ 0.8 PF

(lagging)

Voltage. 415 V

Speed. 1500 RPM.

Frequency. 50 Hz.

P. F. 0.8 lag

Enclosure. IP: 23.

Insulation. Class H

Excitation. Self-excited, self-regulated

with brushless system and

static Voltage control unit

suitably compounded for

voltage and current to

maintain terminal voltage

constant at 415V ± 5% at all

load for PF. not less than 0.8.

Lag.

Page 149: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 148

o Terminal Box shall be suitable for

terminating TPN cable system for the

respective DG sets.

Neutral Point

The winding of the alternator shall be star-

connected and the leads shall brought out

to a separate terminal box. Space

provision for neutral CT for REF protection

shall be provide as required.

Terminal box

and

Connection

The alternator output terminals shall

enclosed in a terminal box mounted in an

accessible position on the alternator frame.

As far as possible, connections between

the exciter and alternator shall be

contained within the machine frame and

connections carrying AC and DC shall be

segregated from each other.

The terminal box shall have sufficient

space to conveniently terminate cable

system for the DG sets, which shall be

intimated during detailed engineering.

Suitable tinned copper pads shall be

provided for power cable termination along

with all necessary hardware and cable

lugs. Glands and lugs shall be provided for

control cables. For single-phase cables,

gland plate shall be of non-magnetic

material. Gland plates shall be removable

type.

The generator shall be complete with

voltage transformers necessary for AVR

reverse power protection.

Quality

Assurance

and Quality

Control

o The works shall conform to high

standard of design and workmanship, shall

be structurally sound and aesthetically

pleasing. Quality standards prescribed

shall form the backbone for the quality

assurance and quality control system.

o At the site, the Contractor shall arrange

the materials and their stacking/storage in

Page 150: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 149

appropriate manner to ensure the quality.

Contractor shall provide equipment and

manpower to test continuously the quality

of material, assemblies etc. as directed by

the Owner. The test shall be conducted

continuously and the result of tests

maintained. In addition the Contractor

shall keep appropriate tools and equipment

for checking alignments, levels, slopes and

evenness of surface.

o The Owner shall be free to carry out

such tests as may be decided by him at this

sole discretion, from time to time, in

addition to those specified in this

Document. The Contractor shall provide

the samples and labour for collecting the

samples. Nothing extra shall be payable to

the Contractor for samples or for the

collection of the samples.

o The test shall be conducted at any

Standard Laboratory selected by Owner

o The Owner shall transport the samples

to the laboratory.

o Testing charges shall not be borne by

STPI

o The Contractor or his authorized

representative may witness the testing.

Whether witnessed by the Contractor or

not, the test results shall be binding on the

Contractor.

o Prior to shipment, complete unit should

tested under actual load conditions for

performance and proper functioning of

component parts.

Specification

of Pipes

o Exhaust Silencer Piping

o The exhaust silencer piping system shall

be of heavy-duty MS pipes confirming to

Class- B. Suitable length of flexible piping

shall be used for connecting the exhaust

piping to the engine as per the

recommendations of the manufacturer.

Page 151: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 150

o Exhaust pipe along with silencer inside

the building should provide with mineral

wool insulation with chicken mesh

wrapping and 26 SWG aluminum cladding.

o All terminal connections and pipes joint

shall be of welded construction. The

terminals of sizes 2" and above shall be

butt welded, and of sizes 1.5" and below

shall be socket welded, complete with

flanges, jointing and fasteners.

This welding shall be done as per relevant

ASME/ASA codes. The Contractor will have

to indicate beforehand the welding

procedure he proposes to use. After

confirmation by the Owner the procedure

that is finalized shall be strictly adhered to

Inspection

and testing at

Site:

o All pre-commissioning and

commissioning test and checks shall be

carried out at site. The Contractor shall be

required to produce manufacturer's test

certificate for the particular batch of

materials supplied to him by the

manufacturers. The test carried out shall

be as per the relevant standards.

o For examination and testing of materials

and the works at site, the Contractor hall

provide necessary testing and gauging

equipment as required. All such testing and

gauging equipment shall be tested for

calibration at any approved laboratory as

required by the Owner.

o The complete installation should be

initially started and check out for

operational compliance by manufacturer's

representative.

Trial Test

Preliminary Trials

o After completion of erection of

generating sets and before carrying out

main trials, preliminary site trials shall be

conducted in the presence of the Owner.

Such trials shall include the checking and

adjustments of all instrument relays,

timers, interlocks and meters. Insulation

Page 152: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 151

resistance of stator, rotor and exciter

windings shall be checked and reading

recorded. A check shall be made for the

satisfactory working of all auxiliary motors

and their starting accessories supplied with

the set.

Main Trials:

o The main trials shall include over 8

hours continuous run at full load.

o D.G. Panel shall be tested for automatic

operation by injecting proper current and

voltage by a separate source. The

satisfactory working of automatic

operation shall be tested and necessary

adjustments shall be done for relays in the

presence of the Owner and the results shall

be recorded in the test sheet at 30 minutes

intervals. A tolerance of 5% shall be

allowed on the fuel oil consumption to

cover possible errors in measurement.

Tests providing the satisfactory

performance of all safety and operating

controls shall be carried out. Governor

trials shall be carried out as laid down in

BS: 5514

o Starting time of sets shall be tested at

least five times after sufficient time

intervals to allow for cold start any further

reasonable trial as suggested by the Owner

shall be carried out with no extra charges.

The Contractor shall provide all the

instruments, materials and labour required

for carrying out the trials. The test sheets

of trials shall be forwarded in quadruplicate

to STPI.

Performance

requirement

o The D.G. set shall operate up to 100%

of load, without undue vibration and noise.

The unit shall be capable of delivering

rated output at 0.8 PF. at the generator

terminals (after derating of the engine due

to site conditions).

o As soon as the set attains rated speed

the transient voltage drop at the generator

Page 153: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 152

terminal shall not exceed 10% of rated

value.

o Warranty against manufacturing failure

of 5 Major components comprising of

Crank Shaft, Cam Shaft, and Cylinder

Head. Cylinder Block Connecting Rod for 5

Years or 5000 Hrs whichever is early

Test

Test on Assembled unit at Manufacturer's

work:

1) The Bidder shall carryout successfully

on load test run in all completely

assembled DG Sets within the canopy for

one hour at 100%, 75% and 50% loads,

along with the panel ordered in the DG

manufacturers works prior to dispatch in

presence of client’s / owner’s

representative/s. The Test Certificates to

be submitted to the Consultant / STPI for

pre dispatch acceptance.

2) Erection, testing, commissioning and

performance & guarantee tests/procedure

at site

Installation of DG Set:

o Contractor shall carry out the entire

work of erection, testing and

commissioning of equipment supplied

under this package and performance and

guarantee tests to be conduct at the site

and included under the scope of this

specification. For this purpose the

contractor shall depute suitable qualified

technical supervisor to site on advance

intimation to the Owner along with all

special testing equipment required for

testing and performance and guarantee

tests. The supervisor(s) shall be

responsible for the installation, testing,

commissioning checks and performance &

guarantee tests mentioned in relevant

clauses of this volume and the checks

recommended by the contractor. The

contractor shall provide all tools,

equipment has and instruments required

for installation, testing and commissioning.

Page 154: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 153

o The contractor shall ensure that the

equipment’s supplied by him are installed

in a neat workman like manner such that

they are levelled, properly aligned and well

oriented. The tolerances shall be

established in Contractors drawings and/or

as stipulated by the Owner.

o The contractor should supply all special

tools, tackles, and spares required for

erection, testing and commissioning of

equipment.

o Erection, testing and commissioning

manuals and procedures should supplied

with the equipment.

o The contractor shall ensure that the

drawings, instruction and

recommendations are correctly followed

while handling, setting, testing and

commissioning the equipment.

Statuary

Approvals

o The bidder shall arrange to get all types

of Statutory Approval including Explosive

License from petroleum Explosive Safety

Organization & electrical Installation from

Electrical Inspector, CPCB, COE and other

necessary Government bodies and

necessary fees. Liaison with local

authorities and Government bodies and

getting all statutory approval from

statutory authorities.

10.2.12 Uninterrupted Power Supply

Uninterrupted Power Supply ( UPS)

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Description

To provide Un-Interrupted Power Supply to

the IT loads with back up of 10 minutes at

UPS full load. The proposed UPS must be

Page 155: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 154

modular and battery must be 12 V SMF

battery. No modular battery is require.

In the electrical SLD shown, 3 X 200 KVA UPS

for each side. However, for Day 1 the bidder

has to propose 1X 200 KVA each side. I,e 2 X

200 kVA.

The bidder has to propose the 200 KVA

UPS cabinet capacity and the power

modules for 120 KVA(N + N) for each

side for Day 1

This specification describes the electrical,

mechanical characteristics and

requirements of three phases, on-line,

double conversion, solid-state Modular

Uninterruptible Power Supply (UPS).

The UPS should be having VFI (Voltage

Frequency Independent) technology, fully

DSP controlled power factor corrected

rectifier and IGBT inverter capable of

providing high quality AC power for

sensitive electronic equipment loads. It

should also supply clean power without any

break in the supply in the absence of raw

power. Under no conditions will the

protected system get direct supply from the

raw mains unless there is fault in the

protected system. The description of the

specification includes aspects related to

design, manufacturing, fabrication and

putting UPS Systems together with all

necessary accessories and auxiliaries to

make an operational UPS system in a

condition acceptable to the end user.

Scope of

Work

o The scope of work covers supply,

installation, testing and commissioning of

Modular UPS systems.

o Supply ,installation, testing and

commissioning of Battery banks with battery

mounting racks/stands

o Supply, installation testing and

commissioning of cables and inter connection

between battery banks and UPS system

(length to mentioned)

Reference

and codes o CE marked

o EN62040-1-2: General Safety regulations.

Page 156: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 155

o EN62040-2: EMC regulations.

o IEC61000-4-2 Level 4 : ESD regulations

o IEC61000-4-3 Level 3 : RF regulations

o IEC61000-4-5 Level 4: Surge regulations

o IEC 61000-4-4 Level 4 : Fast

Transient/Burst regulation

o IEC 61000-4-6 : Conduction Immunity

o ISO 9001:2008, ISO 14001:2004 & ISO

18001: 2007

System

Configuration

Modular & scalable UPS up to 200kVA/

200kW with 10 minutes back -up at full load

and N +N configuration, N equivalent to 200

KW.

The minimum capacity of per cabinet rating

shall be 200 KVA/200 KW.

Power modules and STS modules should be

Hot swappable.

Environment

al

Requirement

s

o Temperature: UPS system normal

operations: 0° to 40°C (32°F to 104°F)

o Batteries : 25°C (77°F)

o Storage : -20°C to +40°C (-4°F to 104°F)

o Relative humidity (operating and storage)

: 90% non-condensing.

o Audible Noise: Up to Max. 75 dBA at 1

meter.

Basic

requirements

Nominal Voltage

o Input : 380/ 400/ 415 VAC - Three

Phase four wires + ground

o Output : 220/380, 230/ 400, 240/415

VAC (Selectable) - Three Phase four wires +

ground

Nominal Frequency

o Input : 50/ 60 Hz (Auto selectable)

o Output : 50/ 60 Hz (Selectable)

Power factor

o UPS Rated power factor : Unity

o Input power factor : > 0.99

Battery

o SMF 12V mono block battery: No. and

rating to be specified by vendor as per the

backup requirement

o Back up required: 10 min at rack

capacity/200 KW

Page 157: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 156

o MCCB having thermal ,magnetic &

automatic U/V trip mechanisms for protection

of battery breaker

System Efficiency

o Online AC to AC efficiency : 96 % at

part load

o Eco mode efficiency :> 98%

Total Harmonic Distortion

o Input iTHD : < 3 - 5 %

(considering input uTHD < 1%)

o Output uTHD : <3% for

linear load <5% for non-linear load

System

Description/C

onfiguration

o The UPS technology should be True

Online, Double conversion (VFI).

o UPS shall be Modular. Each module should

be rated for 25 - 30 KVA/KW or above with

rated power factor of Unity the module should

be independent with complete topology of

rectifier and inverter inbuilt.

o The power module and STS modules

should be hot swappable which means it can

be inserted or removed from the UPS system

without disconnecting or disturbing the

critical load connected at the output of the

UPS.

o The UPS frame for the modules can be

used as stand-alone or in parallel up to

minimum of four units (horizontal

expansion).

o The UPS frame for the module should be

floor mounted with minimum foot print of 200

KW

o The UPS frame for the modules should

have provision of connecting input/ output/

battery connection cables suitable for the

kVA/kW as per the maximum number of the

module which can be engaged in the frame.

o Each UPS frame should have provision for

independent monitoring the power modules

placed in it for electrical parameters and

operating status.

o The UPS frame has the provision of

redundant power supply, so that failure of

one does not lead to shut down of UPS.

Failure of Control module not results in

complete UPS shutdown.

Page 158: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 157

o The UPS frame should be provided with

automatic static bypass & maintenance

bypass suitable for the maximum kVA/kW as

per the maximum number of the module

which can be engaged in the frame.

o Each power module should have inbuilt

provision to isolate itself from the input/

output/ DC bus under fault condition or when

being disengaged from UPS.

o Each Power module should have its own

control logic, in event of control module

failure full control logic at the power module

levels allow the system to self-

synchronisation for assure continuous

operation and failure of main logic control and

single module not cause for entire UPS

shutdown.

o The UPS frame should have capability of

being parallel without addition of external

hardware (except paralleling cable).

o Each power module rectifier shall be

capable of providing continuous power to the

load as well as for battery charging.

o Each UPS system shall be sized to

maintain a kVA as per Bill of Material, and be

equipped with an individual battery bank

capable to supply this load for the time as

indicated in Bill of Materials and Data Sheet.

Modes of

operations

The UPS system shall be designed to operate

as a double conversion, on-line system in the

following modes.

Normal: The rectifier and battery charger

shall draw power from the utility AC source

and shall supply DC power to the inverter

while simultaneously charging the battery.

The inverter shall convert DC to AC and

continuously supply clean power to the critical

load.

Backup mode: Upon failure of the utility

AC power source, the critical load shall be

supplied by the inverter without any

interruption and shall obtain its power from

the battery.

Recharge: Upon restoration of the utility

AC power source (prior to complete battery

discharge), the rectifier/battery charger shall

Page 159: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 158

power the inverter and simultaneously

recharge the battery.

Bypass Mode: The static bypass transfer

switch shall be used to transfer the load to the

bypass without interruption to the critical

power load in synchronise condition and with

10 ms break in un synchronised condition.(

Each UPS shall have the bypass switch)

Maintenance Mode: During failure of a

redundant UPS power module, UPS should

have a provision of removing the faulty power

module & adding new power module in online

mode (hot swappable) without effecting the

load or without transfer of load to bypass. In

case of maintenance of the entire UPS

system, a manual internal maintenance

bypass switch shall be provided to isolate the

UPS inverter output and static bypass

transfer switch for maintenance. This shall

allow the UPS to be tested or repaired without

affecting load operation. UPS should have an

electronic interlocking between maintenance

bypass switch & UPS module inverters to

ensure inverter output is off during

maintenance bypass operation to avoid any

fault.

Parallel Mode: Two or more UPS units (up

to 4) of same capacity should be capable of

working in parallel mode N+1, N+X & N+N of

operation providing same voltage &

frequency. The output of parallel UPS system

should be shorted to provide common output.

The UPS units working in parallel mode of

operation should share the load equally. In

case of failure of redundant UPS, rest of the

UPS units should be able to support the

critical load without any interruption.

UPS

components

& their

function

Rectifier & charger: Rectifier & charger

denotes the solid-state equipment and

controls necessary to convert incoming AC

power to DC power for input to the inverter

and for battery charging. The rectifier cum

PFC shall be three phase fully DSP controlled

& have low input iTHD & high PF. Charger

section should be CVCC type (Constant

Voltage Constant Current) for efficient

Page 160: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 159

battery charging & supplying regulated DC

voltage. The charger section should have an

electronic switch in battery path to isolate

battery bank from UPS in case of fault

Input Current Limiting: The UPS shall

be equipped with a system designed to limit

the battery recharge current up to 0.1 C10.

Modular design: The rectifier, charger &

inverter shall be constructed in a power

module and be a building block of UPS. The

power modules should be capable of plug in /

out in UPS online mode without affecting the

load.

Inverter: Inverter denotes a solid-state

device, which is capable of converting DC to

AC. Inverter should be constructed of IGBT

using DSP, controlled PWM technology. The

inverter output power to the loads in terms of

Voltage / Frequency should be regulated to

close tolerance and a pure Sine waveform.

Static bypass: A bypass static transfer

switch shall be provided as an integral part of

the UPS to provide high speed load transfer

from inverter to bypass and vice versa. The

Static switch shall be a Bi-directional using

naturally commutated high-speed static (SCR

type) device rated to carry full load current

continuously.

Uninterrupted Transfer: The static

bypass transfer switch shall automatically

cause the bypass source to supply power to

the critical load without interruption after the

logic senses one of the following conditions:

o Inverter overload exceeds unit's rating

o Battery protection period expired and

bypass source is available

o Inverter failure

o Interrupted Transfer: If the bypass

source is beyond the conditions stated

below, the UPS will make an interrupted

transfer (less than 20 msec. in duration).

Manual maintenance bypass: Manual

maintenance bypass switch should be inbuilt

in the UPS to bypass the complete UPS in

event of failure of any of its components, so

that repairs can be undertaken without

interrupting the load.

Page 161: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 160

Digital Control: The UPS system should

have digital control through fully DSP

controlled microprocessor circuitry to

enhance reliability and provide excellent

control dynamics.

Emergency Power off (EPO): The UPS

should have built in facility through which it

can be switched off immediately through local

switch or remote Emergency Power Off switch

wherein the load is disconnected from the

UPS under emergency condition. Restarts are

possible after manual inspection and

removing the conditions of emergency and

resetting the Emergency Power Off switch.

Multi-language and user friendly

console: The UPS should have built in man

machine interface through a user friendly LC

Display and LEDs on the front panel of the

UPS. The LEDs should indicate the status of

the system at a glance and the LC Display

should provide in-depth details of UPS

operating parameters like voltage, current,

frequency, Power in kVA / kW, etc.

Event

Monitoring

UPS should have built-in event storing with

date and time stamping of the historical

records and event logs. It should be possible

to monitor these events from the front LCD

panel of the UPS or on a PC if the UPS is

connected through a SNMP card on a LAN.

Communicatio

n Interface:

UPS should have a wide choice of

communication interface through SNMP /

Modbus protocol using the RS232 / RS485 /

Ethernet port.

o SNMP: UPS should have an Ethernet port

to broadcast information about its status to

Network Management software on servers in

a LAN through SNMP protocol.

o This connectivity should also provide

control of the UPS and shall offer complete

UPS management solutions.

Metering:

o The following parameters to be displayed

at UPS LC display:

o Rectifier Input Voltage

o Rectifier Input Frequency

o Bypass Input Voltage

o Bypass input Frequency

Page 162: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 161

o UPS Output Voltage

o UPS Output Frequency

o UPS Output Load

o Battery voltage

o Battery charge & discharge current

o Battery Capacity

o Battery Charging Status

o Temperature – STS/Inverter/PFC

Pre-Dispatch

Inspections:

Before shipment, vendor should completely

test the system in its factory. Client or third

parties can ask for UPS pre-dispatch

inspection for the major specifications that

constitutes routine test. The Expenses shall

be borne by either bidder or OEM.

Fabrication

Materials: Vendor to certify that all

materials of the UPS is new, of current

manufacture, high grade and free from all

defects and will not have been in prior service

except as required during factory testing.

Construction and Mounting: The UPS unit

should comprised of rectifier/charger,

inverter, static transfer switch, maintenance

bypass switch, and static bypass input switch

housed in a free-standing steel enclosure with

key-lockable doors. Also, switch gears to be

provided at input, output, static bypass &

maintenance bypass of UPS. Front access

only is required for servicing, adjustments,

and installation. Also, switch gears to be

provided at input, output, static bypass &

maintenance bypass of UPS. Front access

only is required for servicing, adjustments,

and installation. The enclosure should be built

to comply with IP20. The UPS cabinet should

be cleaned, primed, and painted with the

manufacturer’s standard colour.

Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in

materials and workmanship is for 12 months

from the date of installation or 18 months

from the date of supply whichever is earlier.

After the expiry of warranty, the product

should be supported through comprehensive

Annual Maintenance Contract (AMCs).

Page 163: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 162

OEM

qualification

criteria

o OEM should have manufacturing facility in

India.

o OEM company should have ISO

9001(QMS), ISO 14001(EMS) certification

o OEM / OEM’s Authorised service

provider should have their own service

setup at Bhubaneswar to guarantee

service support as per service level

agreements.

Submittals

o Vendor to provide UPS rating,

configuration along with distribution scheme.

o UPS footprints including weights,

dimensions, service access, and airflow

requirements of each unit (GA drawings

required).

o Foot prints of battery racks, type of battery

including overall weight of battery proposed

for installation (typical layout diagram to be

provided)

o Data Sheet, Manual and any other drawing

related to proposed UPS

10.2.13 Bus-bar Trunking

Bus-bar Trunking

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The bidders shall propose the BBT (Bus Bar

trunking) for below

1. From DC LT panel 1 to DC LT panle-2

2. From Building LT Panel to DC LT

panel-1

3. From DG synchronization Panel 1 to

Building LT Panel

4. From DG synchronization Panel 1 to DC

LT Panel -1

5. From DG Synchronization Panel -2 to

DC LT Panel -1

6. From DG Synchronization Panel -2 to

DC LT Panel -2

Page 164: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 163

o The bidder shall consider Bus Duct

Vertical and Horizontal Bends and

Flanges and Bus Duct Supporting

components for fulfill the installation

o The bidder shall consider the necessary

Aluminium flexible to terminate the LT

panels & Sync, Panels

o The BBT shall consider inside the

basement only.

o For installing the BBT the bidder shall

consider necessary accessories like

support angle/structure and bolt net

etc.

Bus Bar

Trunking

General

Description:

The bus bar trunking system, both feeder

and plug-in, shall be of low impedance and

sandwiched construction meaning no air

gap shall exist between bus bars expect at

plug-in opening. It shall be totally enclosed

pre-painted galvanized steel and be of the

non-louvered type maintaining an overall

degrees of ingress protection. All the

insulation materials shall be halogen free.

o The bus bar trunking system shall be

suitable for a 3 phases 4 wires system with

full size neutral and continuous internal

copper earth bar of half size if requested.

o All bus bar trunking system including all

fittings (elbows, zeds, end-feed units, etc.)

shall be IP55 in accordance to IEC 60529

and sprinkler proof without any extra

accessory.

o The bus bar trunking compact design

shall allow standard transport straight

lengths or elbows to be installed through a

floor slab or fire barrier wall.

o Hangers at every 3 meters shall support

horizontal runs of bus bar Trunking

system. Vertical runs of bus bar Trunking

system shall be supported by hangers not

more than 4m apart

o Bus bar Trunking system shall be

terminated by ‘end closure’.

o The bus bar Trunking system shall have

the following characteristics:

o Rated Insulation Voltage (A/C):1000

Volts

Page 165: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 164

o Rated Operating Voltage (A/C):1000

Volts

Conformity to

Standard

The bus bar Trunking system shall be

constructed in accordance with the

applicable requirements of the latest IEC

60439-1&2

Environment

The bus bar trunking system shall be

suitable for continuous operation without

de-rated at an average ambient

temperature of 35o C for 24h (40°C

maximum peak).

Conductors

o Conductors shall be of hard drawn 99%

purity Aluminium.

o The insulation used on the bus bar shall

be class”B” polyester material rated at

130°C and halogen free.

o Both ends of Aluminium conductors

shall be fitted with bimetal

copper/Aluminium laminate riders,

electrically welded.

o Full size neutral of the same cross-

sectional area as the phase conductor shall

be provided for all ratings of the bus bar

trunking system.

Short Circuit

Capacity

The whole bus bar trunking system shall be

capable of withstanding the short circuit

capacity of the electrical installation

without damaging the electrical,

mechanical and thermal stress under fault

condition at 415V 50Hz. Coordination of

the distribution should be guaranteed such

that the Circuit breaker / Trunking

combination will limit the peak current to a

value less than the rated peak current of

the bus bar trunking.

Type test certificates shall be applied to at

least one complete apparatus of each

rating, type and design.

Joints

o The electrical joints shall be of one to

four bolt type designed for even

distribution of contact pressure.

o Belleville washers shall be used to

maintain proper pressure over a large

contact surface.

Page 166: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 165

o Bolts shall include an external breakable

head which breaks when the correct torque

is reach and require only a standard handle

wrench to carry out such work.

o Bolts shall be accessible without

removing covers.

o The joints shall designed as to allow

removal of any length without disturbing

adjacent lengths.

Expansion

Joint

Bus bar expansion units shall be use in

cases when it crosses a building expansion

joint or as recommended by the vendor to

reduce the stress on the system by

differential expansion between the bus

bars and the casing; particularly for long

run of the bus bar.

It shall be consist of a flexible joint in the

middle on the conductors and a sliding

casing in 2 sections, which can absorb the

relative movements of each section of the

length.

Enclosure

The bus bar trunking housing shall be non-

ventilated and at least of 1.5 mm thick for

protection against dust accumulation and

mechanical damage. The enclosure shall

be of hot dip galvanized and pre-painted

sheet steel. Bus bar trunking system

without paint protection shall not be

acceptable. In order to limit magnetic field

around the busway system, aluminum

enclosures are not recommended.

Paint Finish: RAL 9001

10.2.14 LT Cables & Wiring

LT Cables and Wiring

Make

Model

S. No System Description

Compliance Yes/No

Remarks

Page 167: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 166

2.14.1 Cables & GI

Conduits

The Selected Bidder shall install,

terminate and connect up all cable and GI

conduits as per drawings and cable

schedules

Power Sockets for workstation and other

rooms as per site requirement

Cables should confirm to latest IS 1554-

1988. Cables should be heavy duty,

armored, FRLS PVC insulated & FRLS PVC

sheathed 1.1 KV grade aluminum /copper.

The wiring cable should be FRLS PVC

insulated, FRLS PVC sheathed multi

stranded copper conductor 1000 Volt

grade confirming to IS/694/Pt-III. / Latest.

The drawings shall be strictly followed

except where obvious interference occurs.

In such cases, the routing shall be

changed as directed and/or approved by

the Engineer In charge

Approximate lengths of cable and GI

conduit runs will be given in the cable

schedule for guidance only. Before

commencement of work, the Selected

Bidder shall take actual measurements

and prepare his own cable cutting

schedule to reduce wastage to a minimum

GI Conduit shall be used only in short

lengths in certain areas where required

and/or as directed by the Engineer In

charge

Conduits shall be GI type in general.

However, rigid type steel conduit, if

required, shall also be supplied by the

Selected Bidder

The Selected Bidder shall also maintain

and submit when requested, a record of

cable insulation value when drawn from

store, after laying, before and after

termination/jointing

2.14.2 Cable Laying

Cable shall generally be installed in ladder

type site fabricated/pre-fabricated trays

except for some short run in rigid/flexible

conduit for protection or crossings

Page 168: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 167

Cables lay on trays and risers shall be

neatly dressed and clamped at an interval

of 1500 mm and 900 mm for horizontal

and vertical cable runs. Clamps for multi-

core cables shall be fabricated out of 25 x

3 mm Aluminum flats

All power cables shall be clamped

individually and control cables shall be

clamped in groups of three or four cables.

Prior to lying of cables inside both indoor

and outdoor trenches, the Selected Bidder

shall properly clean inside those trenches

In addition, the cable runs both before

and after the fire seals shall be suitably

sprayed with anti-fire propagation liquid

at least for 1M length. After completion of

installation and prior to connection, all

power cables shall be subjected to a high

potential test

2.14.3 Cable Tag &

Marker

Each cable and GI conduit run shall be

tagged with numbers that appear in the

cable and GI conduit schedules

Cables and GI conduits shall be tagged at

their entrance, every 30.0M and exit

from any equipment, junction box

The tags shall be of Aluminum with the

number punched on it and securely

attached to the cable by not less than two

turns of nylon 6 cable ties

The location of cable joints, if any, shall

be clearly indicated with cable marker

with an additional inscription ‘cable-joint’.

The Selected Bidder shall furnish and

install all tags and markers stated above.

For buried cable, the marker shall project

150 mm above ground and shall be

spaced at an interval of 30 meters and at

every change of direction

2.14.4 Cable

Termination

The termination and connection of cables

shall be done strictly in accordance with

manufacturer’s instruction, drawings

and/or as directed by the Engineer In

charge

Page 169: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 168

The work shall include all clamping,

fitting, fixing, cable jointing, crimping,

shorting and grounding etc. as required

for heat/cold shrinking technology for the

complete job

All equipment required for all such

operations shall be of Selected

Bidder’s procurement under this

specification. Furnishing of all consumable

materials, such as soldering material,

electrical tape, sealing material as well

as cable jointing kits shall be included in

the offer

The equipment will be generally provided

with blank bottom plates for cable/GI

conduit entry and cable end box for power

cables

The Selected Bidder shall perform all

drilling, cutting on the blank plate and any

minor modification work required to

complete the job. If the cable end box or

terminal enclosure provided on the

equipment is found unsuitable and

requires major modification, the same

shall be carried out by the Selected Bidder

at the discretion of Engineer In charge

The Selected Bidder shall put ferrules on

all cable cores in all junction boxes and at

all terminations. The ferrules shall carry

terminal numbers with cross reference as

per drawings. All ferrules shall be colored,

plastic and interlocked type. Spare cores

shall be similarly ferruled, crimped with

lug and taped on the ends

10.2.15 Grounding System

`

Grounding ( Copper plate earth & Chemical Earth)

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Page 170: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 169

General

requirement

The purpose of this specification is to

provide reliable electrical grounding to

equipment. The contractor should propose

the number of earth pit as per site

requirement.

The bidder shall consider the following

earth pit minimum,

o Transformer body earth

o Transformer neutral earth

o UPS Body earth

o UPS neutral earth

o DG body earth

o DG neutral earth

o Electrical Panel Body earth

o Tray earth

o Rack body earth

o Raised floor earth etc.…

The scope covers supply, installation

testing and commissioning of Earth pit.

The bidder has to consider the required

material like sand, chemical compound,

heavy-duty lid to cover the earth pit, bolt

and net, bus bar etc.

Scope

This specification of eco-friendly and

Maintenance Free Earth describes in detail

the components to be used and the

procedure for constructing the earth

system. The main purpose of using this

new technology is to maintain an

acceptable earth resistance value over the

years without any maintenance and

without contaminating the Ground water

resources. The offered materials shall

strictly conform to the following

specification.

Components

The Maintenance Free Earth system shall

consist of a) Earth electrodes b) Highly

conductive and eco-friendly backfill

compound, c) Earth termination clamps to

facilitate connections to the equipment.

Earth

Electrode

The Earth electrode shall confirm to the

following specifications:

o The electrode shall be a solid steel rod

made of high tensile low carbon steel and

coated with molecularly bonded copper on

the outside as per UL 467.

Page 171: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 170

o The thickness of the copper coating

shall be at least 250 microns

o The electrode diameter shall be

14.2/17.2 mm

o The earth electrode shall carry UL

marking and manufacturer’s name

The length of the electrode shall be either

1.22/2 / 3 mtrs based on the soil

conditions.

Highly

conductive

and Eco

friendly

backfill

material

The backfill material shall be highly

conductive and should be certified as non-

polluting and safe for use near potable

ground water systems. The backfill

Material shall be carbon based and of low

resistance, non-corrosive, highly

conductive carbon based powdered

material that improves grounding

effectiveness, especially in areas of high

soil resistivity such as rocky and sandy

areas. This material shall be suitable to be

installed in either slurry or dry form. The

backfill material shall confirm to the

following specifications:

o Shall be highly electrically conductive

and non-soluble.

o Shall not leach into ground.

o Shall have a resistivity of less than 0.1

ohm meter as per clause 14.5 (d) of IEEE

80

o Shall be compatible with all copper

grounding systems

o Shall contain a corrosion inhibitor to

mitigate corrosion of copper

o Shall not contain hazardous chemicals

o Shall be certified to ANSI / NSF

standard 60 as safe for use near potable

ground water resources (OR) Chemical

analysis report from external NABL

approved LAB for toxic contents.

o Shall not be affected by drought and

shall be stable between -10˚ to +50˚ C

temperature.

o Shall not depend on continuous

presence of moisture for conductivity.

o Shall be suitable for any kind of soil

Page 172: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 171

Suitable quantity of this backfill compound

shall be used per earth pit

Earth

termination

clamp

The earth termination clamp shall be made

of copper and shall be suitable for

terminating 25 x 5 mm copper flat strips.

Care should be taken to tighten all bolts

and nuts to ensure a proper connection.

Installation of

Earth system

The earth electrode shall be installed in a

bore made by auguring 3 or 4 inches hole

up to the required depth. Wherever

auguring is not feasible, pit shall be made

and suitable size of PVC pipe shall be used

to fix the electrode. At the Centre of the

hole the electrode shall be driven and

around the electrode the highly conductive

and eco-friendly backfill material shall be

filled. The highly conductive and eco-

friendly backfill material can be poured in

either dry or slurry form. The PVC pipe

shall be removed simultaneously as the

backfill compound is poured.

Earth

Resistance

The effective earth resistance of the above

earth system after interconnection shall be

less than two ohms.

It should accord with local Bhubaneswar

electricity board standard.

Earth cables

and Flats

The bidder has to consider all earth cable

(different size as per requirement) and

respective lugs.

The bidder should proper installation of

all the cables and end termination as per

standard

The bidder has to propose the suitable

cable size.

10.2.16 Lighting

`

LED Lighting

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Page 173: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 172

The light shall be LED type with energy

saving of more than 60%.

Fixtures shall be mounted on Suspended

ceiling grid with suitable chain and clamps.

No cutting or drilling of Suspended ceiling

structures is permitted

The fixtures after erection shall be

marked up indelibly with corresponding

circuit number for easy identification of

lamp circuit

The Luminaries size of the fixture is not

less than 595 x 595 x 65 mm and shall

have IP rating of 20

FRLS wires in GI conduits shall generally

carry out wiring. All wires in a GI conduit

shall be drawn simultaneously. No

subsequent drawing is permissible

Wire shall not be pulled through more

than two equivalent 90° bends in a single

conduit run

Wiring shall be spliced only at junction

boxes of with preferred make terminal

blocks having anti-vibration terminals.

Maximum two wires can be connected to

each way of the terminal block

Connection shall be teed off through

suitable round GI conduit or junction box,

so that the connection can be attended

without taking down the fixture

Normal and Emergency circuits shall not

be run in the same conduit

Receptacle sub-circuits shall be kept

separate and distinct from lighting and

Power sub-circuits

Separate neutral wire shall be provided for

each circuit. Wiring throughout the

installation shall be such that there is no

break in the neutral wire in form of switch

or fuse

Luminaries size - 595 x 595 x 65 mm

Operating Voltage - 90 -270 V

Page 174: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 173

Power Consumption - 10 W -30 W

Lux at one meter high from the raised

floor– 400

IP Rating 20

Page 175: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 174

10.2.17 Power cable Tray

`

Power Cable Trays

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

o All cables trays shall be of minimum 2-

mm thick MS sheet should have

undergone rigorous rust proofing process,

which should comprise of alkaline,

degreasing, rescaling in diluted sulphuric

o Acid and a recognized phosphating

process. The sheet work shall be then

given two coats of final painting. Cable

shall be either painted (Stove enameled)

or hot dig galvanized as called for in the

schedule of quantities.

o Cable trays shall be complete with

bends, joints, coupler plates and

accessories as may be required for jointing

the cable tray.

Cable tray shall be either perforated or

ladder type as called for in the schedule of

quantities

Perforated

Cable Trays

Standard dimensions of perforated cable

trays shall be as follows:

o Width: 100mm to 1200mm

o Length: 2500 mm

o Thickness : 2mm up to 750mm width

and 3mm from 900mm to 200mm

o Collar height: 100mm

Ladder Type

Cable trays

Standard dimensions of ladder type cable

trays shall be as follow:

Size of Tray, size of main channel ,size of

Rung/Spacing between Rungs as per

standard

The bidder shall propose the cable tray as

per site requirement depends on number

of cables.

The cable tray should not loaded 40 % of

the capacity.

Page 176: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 175

10.3 Cooling System

10.3.1 Precision Air Conditioner

`

Precision Air Conditioner

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

Scope of

Work

The Scope of Work covers the supply,

installation, testing, commissioning and

warranty of Precision Air Conditioner

(herein referred to as product) & services

provided for the same.

The outdoor unit location has been

decided to install at 6th floor hence the

bidder shall propose the PAC outdoor unit

location at 6th floor (Terrace).

o 16 TR PAC for server room-1(Location

:Second Floor)

o 4 TR PAC for Network Room 1 & 2(

Location: Second Floor)

o 8 TR PAC for Electrical Room A & B(

Location: Basement)

The mentioned ratings are sensible

capacity of the PAC machine.

General

Description

o The AC Units should have high

sensible heat ratios, to match high

sensible loads of Computer/Server

Rooms/ Switch room/UPS.

o A Microprocessor controlled Precision

package AC system with R-410a

refrigerant shall be suitable to take

thermal and air qty. inputs from the

server and adjust its operation

accordingly. Therefore, it is achieve

highest levels of performance and

efficiency.

o The Precision AC Unit should be

Variable Capacity type.

o The Indoor unit shall comprise of

Variable capacity Digital

Scroll/Inverter/Tandem Compressor.

Page 177: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 176

Each compressor should have

individual /separate outdoor units.

corrosion resistant EC fans,

Evaporator DX Cooling Coil with

hydrophilic coating, Microprocessor

controllers, Expansion valves, Driers,

G4 Filter, Suction and Discharge

piping, Internal power and Control

wiring, Infrared/Immersed Electrode

Humidifier, Heaters, HP/LP cut-outs,

Power and Control contactors, water

leak detectors and Other Electrical

accessories.

The Air Cooled Precision Package Unit

Shall be designed for following condition:

o Ambient air design temperature :45

Deg. C

o Cooling Capacity of Each Unit :

16TR /8TR /4TR at outside ambient of

45 deg. C & inside desired condition

of 22 deg. C +/- 1 deg. C (It is

mandatory to submit certified

software selection output of the

proposed unit.)

o Air Flow Direction

:Bottom discharge-top return for

server room and network room

o Air Flow Direction : top discharge-

bottom return for server room and

network room

o Air inlet Temp & RH Set point ± 1°C

(DB) & Set point ± 5% (Return Air)

o Air Quantity :

Modulating as per server requirement

o The Unit should be capable of

operating high return air

temperature, scalable up to 35 deg. C

in case of future additional load.

o Units should be able to provide 0.85

to 1 SHR at part load

o Units should be able to work on return

air logic.

o The Units shall be designed for 68-69

DBA at 1.5 meter from the unit outlet

quiet operation with all moving parts

mounted on anti-vibration mounting

Page 178: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 177

and carefully balanced to ensure

minimum vibration.

o If required, the unit shall be tested at

site for performance rating before

acceptance. Performance test shall be

a heat load test using heater supplied

by the Precision unit supplier (SI) /

OEM

Design

Requirement

Design Requirements

The environmental control system shall be

Factory assembled unit. It shall be floor

mounted, optimized for maximum cooling

capacity in a minimum footprint. It shall

be specifically designed for service from

the front of the unit. The system shall be

designed for draw-through air

arrangement to insure even air

distribution to the entire face area of the

coil. The unit shall modulate cooling

capacity and airflow based on

requirements.

The unit shall be ready to allow the

installation of shackles for top handling.

Forklift handling should be possible as

well.

Quality

Assurance

The specified system shall be factory end

of line tested (functionality test) before

shipment and designed to meet required

Indian standard requirements. The

manufacturer shall be ISO 9001/ISO

14001/ISO 50001 certified.

Cabinet

o The cabinet is manufactured from

galvanized steel sheet, powder

coated and have a textured finish or

as per standard

o The unit construction shall be enabled

to access all the main components of

the machine from the front for

installation and routine servicing.

o The cabinet shall be provided with

double skin side panels. Insulation in

the side panels should be acoustic

mineral wool or nitrile rubber or as

per OEM standard

Page 179: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 178

o The frontal panel(s) are assembled on

hinges to make the access easier; this

can be opened by the fast closing lock

or as per standard

o The rear and side panels are screwed

to the supports. The rear panel(s) are

screwed directly to the frame.

Cooling

circuits

o One (Two) refrigeration circuit(s),

(each) incorporating one /two high

efficiency, fully hermetic Digital

Scroll/Inverter Scroll/Tandem Scroll

compressor/s , air-cooled condenser,

liquid receiver with outlet service

valve, safety valve, filter drier,

moisture indicating sight glass, liquid

line solenoid valve directly controlled

by the unit microprocessor to allow

the highest energy saving. In double

compressor machines at least one

compressor to be variable speed

compressor.

o Each circuit is equipped with pre-set

high-pressure switch and low-

pressure switch/transducer for

protection against high condensing

and low evaporating temperatures.

The low-pressure Switch/transducer

is managed by microprocessor

controller whilst to avoid compressor

cycling at high discharge pressures,

the high pressure switch is equipped

with a manual reset.

o The inclined evaporator coil is

manufactured from copper tubes,

mechanically bonded to hydrophilic

painted aluminum fins, with a

stainless steel condensate drain pan.

The large face area/low velocity coil

allows precise control of temperature

and humidity during cooling and

dehumidification, and is designed to

optimize fluid velocity and minimize

pressure drop.

o The evaporator shall be staged coil to

allow a maximum efficiency on partial

loads.

Page 180: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 179

Fan Section

o The unit is fitted with one (two, three)

direct-driven, high efficiency, single

inlet, and backward curved

centrifugal plug type innovating EC

fan. The fan(s) have an impeller with

curved blades corrosion resistant.

o The fan motors are Electronically

Commutated, IP54, with internal

protections, continuous speed

regulation via controller signal. The

motor is three-phase with IP54

protection; provided with internal

thermal protection.

o The fan wheel is statically and

dynamically balanced; the bearings

are self-lubricating.

Humidifier

o The humidification system is provided

by an electronic control humidifier.

The dehumidification function, which

is supplied as standard when the

humidifier option is installed, acts by

reducing the fan speed with

consequent reduction of the air flow

and at the same time operating the

variable capacity compressors at full

capacity

o Humidification control may be of the

proportional or of the on-off type,

according to the requirements of the

installation: on/off is set as standard.

Any amongst the following two may

be used for Humidification:

Infrared

Humidifier

The unit is fitted with an infrared

humidifier suitable for use with water of

varying degrees of hardness. The

humidifier is complete with a water inlet

valve, and a maximum water level sensor;

the humidifier includes 3 high-intensity

quartz lamps shine on water creating

instantaneous moisture using almost any

water quality. The cleanable stainless steel

humidifier pan is removable from front of

the unit.

Electrode

Humidifier

o The unit is fitted with an electrode

boiler humidifier suitable for use with

water of, provided that the water is

Page 181: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 180

not treated or demineralized

(Conductivity range 125-1250 S/cm).

The humidifier is complete with a

water inlet valve, and a maximum

water level sensor.

o Steam from the cylinder is mixed with

the discharge air from the

evaporating coil

o The unit controller monitors the

condition of the steam cylinder, and

generates an alarm when the cylinder

needs to be changed. Cylinder

replacement is easy and quick.

o The humidifier is complete with a self-

adapting flow control system, which

monitors and controls the electrical

current passing through the cylinder.

Output adjustment is from 30 -100%

via the unit controller.

Heating /

reheating

o The heating resistors are of a rigid

design for extended operational life

and are normally utilized to maintain

room dry-bulb conditions during a

system call for dehumidification. Each

stage of heaters is made of finned

armored stainless steel AISI

304/Inconel to maintain a low

surfaces power density. Ionization

effects shall eliminated owing to the

low heater surface temperature.

o Heating control is of the ON-OFF type.

The heaters are phase balanced and

shall provide with a manual reset

safety thermostat to disable them in

the event of a high temperature.

o The heating system also incorporates

Miniature Circuit Breaker(s) which

protect the heater(s) from short

circuits, should the harness be

damaged accidentally or Units should

be proposed with energy efficient

aluminum finned heaters

Air filtration

o The standard filtration grade is G4

(95% down to 5 microns). The filter-

pleated structure gives high filtration

efficiency, low-pressure drop and

permit to use the filter without

Page 182: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 181

metallic or cardboard frame. They are

easily accessed/replaced by opening

the front panels.

o The unit is fitted with a filter

differential pressure switch,

connected to the microprocessor

controller to provide Filter clogged’

warning indication.

Communicati

on Card

The unit shall supplied with suitable card

for SNMP for BMS connectivity.

Electrical

panel

The electrical panel, located at the front of

the unit in a compartment isolated from

the airflow contains the MCB’s, contactors,

transformers, controller PCB, overload

Relay etc Compressor to be protected by

suitable rated MPCB is must. All other high

voltage system component to be provided

with an MCB over-current protective

device. All high voltage components are

touch protected by means of a plastic

cover. The electrical panel complies with

the IEC norm en60204-1.

Electrical power supply is 400V (±10%) /

3Ph / 50Hz (±2Hz) +N +E and are fitted

with a mains isolator, mechanically

interlocked with the electrical panel cover.

Controller

Microprocessor controller Each Unit should

be equipped with Individual

Microprocessor along with Display Panel.

The below mentioned parameters is

minimum requirement however the bidder

shall propose the microprocessor unit

according to product OEM.

The Control System is microprocessor

based, and it can be programmed to

control the function of every device within

the unit via I/O.

The controller allows setting and

monitoring of the following room

parameters Air Temperature

o Temperature set-point

o Temperature band

o Humidity

o Humidity set-point

Page 183: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 182

o Humidity band

The controller shall provide Unit-to-Unit

Ethernet/Modbus connection to operate

with multiple units, run/stand-by rotation,

automatic changeover and parameter

sharing functions, external

communications through BMS, sequential

auto restart timer, with adjustable time

delays to be applied to unit restart after a

power loss.

o Terminals are provided for remote

start/stop control plus Volt free

‘common alarm’ and unit run

indication for external integration.

o The display shall provide with track

recorded of temperature and

humidity with graphically display

on the screen.

o Unit memory shall hold the 200

most recent alarms with time and

date stamp for each alarm o Menu

shall display accumulative

component operating hours for

major components including

compressors, fan motor, humidifier

and reheat.

Safety

interlocks:

Operation of heaters & humidifiers shall be

possible only when blower fan is in

operation. Fire detection signal from fire

detector system shall be able to switch off

the package unit operation in event of fire

in conditioned space.

Refrigerant

piping:

Each refrigerant circuit shall be suitable for

operation on R410a and shall include the

following items:

a) Expansion valve with pressure

equalization or electronic expansion valve

b) Liquid Receiver,

c) Removable liquid line drier / filter.

d) Liquid line sight glass with moisture

indicator.

e) Hand shut off valves

Page 184: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 183

Condenser

The condenser should be with fan speed

controller designed & set for usages of

R410A refrigerant. Condenser should be

worked -20 deg C to 45 deg C ambient

temperature without any de-rating

The condenser frame shall made up of a

sturdy aluminum / GI structure. The entire

unit shall be IP54 type of protection. The

motorized fan shall be IP54, protection

class F.

OEM

qualification

o Manufacturer should have experience in

manufacturing & installation of Precision

AC units in India for last 5- 10 (Ten) years;

o Manufacturer should have ISO 9001,

ISO 14001/ISO 50001 Certification;

o OEM should have installation base in the

respective location for Precision AC Units

and fully equipped Service centre (For

Precision AC units) to give prompt &

efficient service;

o Software generated output of proposed

unit is must

The OEM/OEM authorized service center

should available in Orissa.

10.3.2 Cold Aisle Containment

Cold Aisle Containment

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Cold aisle containment (CAC) material should be

of Plexiglass type and should Comply to DIN

4102 and European Class E, DIN EN 13501. CAC

Top Covering Should be Of European Class E

Fire Rated Plexiglass. It should be light in weight

& should generate very less smoke in case of

fire. CAC Should be With sliding type of doors

Plexi Glass CAC material with Set of angle

profiles, Cross members including end cross

Page 185: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 184

members to support the Perspex covers and

with proper finishing, necessary supports need

to be supplied from manufacturing company.

They should also be responsible for the

complete low site related activities as per above

specification.

10.3.3 Variable Refrigerant Flow (VRF Air Conditioner)

Variable Refrigerant Flow( VRF system)

Make

Model

S. No System Description Compliance

Yes/No

Remarks

General

Descriptio

n

Supply and installation testing and

commissioning of Variable Refrigerant flow

System, Factory assembled, factory charged,

factory run tested of mentioned capacity.

System should consist of accessible Inverter

driven variable speed compressors, Air-cooled

condenser, steel base for mounting the above

components, refrigeration piping, fittings,

valves, refrigerant and oil, controls and

ancillaries and nos. of various types of indoor

units

Outdoor

All the Outdoor units of the system shall be

suitable for operation with 415 V +/_ 10%, 50

Hz, 3 Ph., 4 wire AC supply whereas all indoor

units preferable should be with 230 V, 50Hz

Single Phase supply only. System should include

all protection devices / Controls to with stand

fluctuation / variation in power supply. Outdoor

units shall be able to operate over a range of

outdoor ambient Temperature from 0° C to 50°

C. Sound pressure levels of the outdoor units

shall not exceed 75 dBA at 1M from the unit.

The sound data should be measured in

accordance with ARI standard 575.

System shall provide stable, trouble free and

safe operation and provides flexibility in

operation of indoor units with independent

control of each indoor unit including partial

operation. The system should be provided Multi

compressor circuit for better flexibility. The

Page 186: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 185

system should be self-intelligent to run on low

outdoor temperature for better power

consumption irrespective of nos. of indoor units

in operations

System should have provision for up gradation

as and when required for its 50% capacity.

Modular system shall be incorporated for all

required control for parallel operation of

Compressors, Condenser fans and Indoor units

along with all refrigerant liquid control. The

system should be designed for proper oil return

to compressor along with distribution of all in

each compressor. Outdoor unit should be

provided with anti-corrosive treatment with

powder-coated finish. Unit will be skid -

mounted type and should be installed on

suitable size cushy foot mount for vibration

control

Operation Operation of the VRF system shall be through

independent wired remote controllers and

through Central Controller.

Warranty

The standard manufacturer’s warranty for all

the supplied items against defects in materials

and workmanship is for 12 months from the

date of installation or 18 months from the date

of supply whichever is earlier. After the expiry

of warranty, the product should be supported

through comprehensive Annual Maintenance

Contract (AMC)

10.3.4 Perforated Tiles

3

Perforated Floor Tiles – Server room -1

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Descriptio

n

Providing and Fixing perforated Floor Panels of

600 x 600 mm. The perforated panels shall be

fabricated from mild steel perforated top and a

specially designed side channel section which

houses a pre-punched 25mmx25 mm 30mm

Page 187: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 186

high mesh concealed within the side channel.

The panel shall be 60 micron epoxy coated and

shall be designed to take a point load of

450/kgs on a square indenter of 25 x 25 mm

and a UDL of 1500 kgs /sqmt. The top finish of

the panel shall be fire retardant, floor grade

antistatic perforated laminate

Note : shade to be the same as the adjacent

raised floor unless specified otherwise in the

tender

The edges of the laminate shall be protected

with 5 mm conductive PVC trim

Perforatio

n

Perforated floor panels shall meet the design

criteria specified for standard panels and shall

have a uniform perforated pattern to allow

even air distribution

The Perforated floor panels shall have a

minimum 26 % area of opening so as to

achieve the air distribution CFM 850 cuft at

0.5mm pressure drop minimum requirement

Damper

Perforated panels shall have aluminium

volume control dampers fixed to the bottom of

the panel. The Damper control should be from

the top of the panel without removing the

panel from its existing laid position.

Page 188: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 187

10.4 Safety and Security System

10.4.1 Fire Alarm & Detection System

Fire Alarm & Detection System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The Fire Alarm System supplier shall

furnish and install a fully integrated Fire

Detection & alarm system for the area.

Wherein all the sensors, modules, devices

are too installed in all areas and voids to

cover the entire premises.

This section of the specification includes

the furnishing, installation, and connection

of a microprocessor controlled, analog

addressable, intelligent fire alarm

equipment required to form a complete

coordinated system ready for operation. It

shall include, but not be limited to, alarm

initiating devices, alarm notification

appliances, control panels, auxiliary

control devices, annunciators, power

supplies, and wiring as shown on the

drawings and specified herein.

The Panel shall be interface with a Public

Address System to relay evacuation

messages in case of a fire emergency.

Each designated zone shall transmit

separate and different alarm, supervisory

and trouble signals to the Central

Monitoring Stations and designated

personnel in other buildings at the site via

a multiplex communication network.

The system shall also support independent

gas release circuits for activation of Fire

Suppression system. The system shall

include hardware, modules to facilitate

cross zoning of specific sensors, abort

release functions, time delay and inputs for

Page 189: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 188

pressure switch and 24V output for

solenoid operation.

The panel shall be capable to further

extend fire and fault output to the BMS for

critical alarm monitoring, and it shall be

possible to connect an interface card for

open Protocol based (Commonly BACnet,

Modbus or eqv.) output to enable a

software level integration with the BMS

System.

The system and its components shall be

Underwriters Laboratories, Inc. listed

under the appropriate UL testing standard

as listed herein for fire alarm applications

and the installation shall comply with the

UL listing.

Scope

The control panel, to be intelligent device

addressable, analog detecting, low voltage

and modular, with digital communication

techniques, in full compliance with all

applicable codes and standards. The

features and capacities described in this

specification are required as a minimum for

this project and shall be furnished by the

successful contractor.

The system shall be in full compliance with

National and Local Codes.

The system shall include all required

hardware, interconnecting wiring and

software to accomplish the requirements of

this specification and the contract

drawings, whether or not specifically

itemized herein.

The system as specified shall supplied,

installed, tested and approved by the local

Authority Having Jurisdiction, and turned

over to the STPI in an operational

condition.

Standards &

Codes

The latest version of each listed publication

shall be used as a guide unless the

authority having jurisdiction has adopted

an earlier version.

Factory Mutual (FM)

Page 190: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 189

FM AG Approval Guide.

Underwriters' Laboratories, Inc. (UL)

Appropriate “UL” equipment standards.

“UL” 864 Control Panels.

“UL” 268 Smoke Detectors.

“UL” 268A Smoke Detectors (HVAC).

“UL”1076 Security.

“UL” 1971, Standard for Visual Signaling

Appliances.

Building Codes

BOCA National Building Code and BOCA

Fire Code.

Standard Building Code and the Standard

Fire Code.

Uniform Building Code and the Uniform

Fire Code.

International Building Code and the

International Fire Code.

State and Local Building Codes as adopted

and/or amended by The Authority Having

Jurisdiction.

ADA, and/or State and local equivalency

standards as adopted by The Authority

Having Jurisdiction.

System

Requirement

s

The system shall be a complete, electrically

supervised fire detection and notification

system, microprocessor based operating

system having the following; capabilities,

features and capacities:

Communication between network nodes,

each supporting an interactive, self-

standing, intelligent local control panel,

with system wide displays. Any network

node shall be capable of supporting a local

system in excess of 4000 input/output

points.

The local system shall provide status

indicators and control switches for all of the

following functions:

Page 191: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 190

Audible and visual notification alarm circuit

zone control.

Status indicators for sprinkling system

water-flow and valve supervisory devices.

Any additional status or control functions

as indicated on the drawings, including but

not limited to; emergency generator

functions, fire pump functions, door

unlocking and security with bypass

capabilities.

Each intelligent addressable device or

conventional zone on the system shall be

displayed at the Central Alarm Receiving

Terminal and the local fire alarm control

panel by a unique alphanumeric label

identifying its location

System

Operation

Fire Alarm Condition:

Sound an audible alarm and display a

custom screen/message defining the

building in alarm and the specific alarm

point initiating the alarm in a graphic

display. The display shall provide standard

NFPA graphical symbols indicating

hazardous materials and personnel

situations critical to situation

management. Hazmat ICONs must

conform to NFPA standard 170 format.

The system shall supply a simple building

floor plan and icons representing alarm

devices in off normal or alarm condition.

Log to the system history archives all

activity pertaining to the alarm condition.

Print to system printer (where required)

alarm condition information.

Sound the ANSI 117-1 signal with

synchronized audible and synchronized

strobes throughout the facility.

Audible signals shall be silenced from the

fire alarm control panel by an alarm silence

switch. Visual signals shall be

programmable to flash until system reset

or alarm silencing, as required.

Page 192: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 191

Where indicated on drawings heat

detectors in elevator shaft and machine

rooms shall activated to trip the

respective breaker. The heat detectors

shall be rated at a temperature below the

ratings of the sprinkler heads in respective

locations to insure that the power shall be

shut off before activation of sprinkler

system.

HVAC shut down shall, be accomplished by

system operated duct detectors as per

local requirements.

Door closure devices shall operate by floor

or by local requirements.

Supervisory

Condition

Display the origin of the supervisory

condition report at the local fire alarm

control panel graphic LCD display.

Activate supervisory audible and dedicated

visual signal.

Record within system history the initiating

device and time of occurrence of the event.

Trouble

Condition

Display at the local fire alarm control panel

graphic LCD display, the origin of the

trouble condition report.

Audible signals shall be silenced from the

fire alarm control panel by a trouble

acknowledge switch.

Trouble reports for primary system power

failure to the master control shall be

optionally delayed for a period of time not

greater than 200 seconds. Trouble

conditions that have been restored to

normal shall be automatically removed

from the trouble display queue and nor

require operator intervention. This feature

shall be software selectable and shall not

preclude the logging of trouble events to

the historical file.

Security

Condition

Display at the local fire alarm control panel

graphic LCD display, the origin of the

security condition report. A dedicated

security LED shall flash until the alarm has

Page 193: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 192

been acknowledged, then revert to a

steady "ON" state.

The control system shall be capable of

bypassing the alarms from an individual

security system installed within selected

areas. The pass code allowing this function

shall be assignable to individual security

personnel and each bypass action shall be

logged to system history. Intrusion alarms

occurring during a bypass period shall be

logged to history and displayed but no

audible alarm shall occur at the control

panel.

Control Panel

The fire alarm control panel shall be

microprocessor based using the multiple

microprocessors throughout the system

providing rapid processing of smoke

detector and other initiation device

information to control system output

functions. There shall be a watchdog

circuit, which shall verify the system

processors and the software program.

Problems with either the processors or the

system program shall activate a trouble

signal, and reset the panel. The system

modules shall communicate with an RS

485 network communications protocol. All

module wiring shall be to terminal blocks,

which will plug into the system card cage.

The blocks shall be color coded to prevent

accidental crossing of wiring.

The basic system shall have capabilities for

252 intelligent initiation devices and can be

expanded up to 2500 intelligent initiation

devices

The Device Loop Card shall be capable of

minimum 252 intelligent devices

distributed between two SLC circuits. Any

trouble on one circuit shall not affect the

other circuit. This module controls the

signaling from the initiation devices

reporting alarms and troubles to the

control panel. This module shall also

provide the signaling to the field devices

for controlling the output of specific

Page 194: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 193

initiation devices. The circuit shall be

capable of being connected with polarity

insensitive intelligent initiation devices.

The circuits shall have the ability to be

wired, Style 4, Style 6. Any of all of the

252 devices on the loop card shall be

capable of activating up to two devices

(relay base, audible base or remote

lamps). These accessories shall not take

away from the 252 addresses available per

loop. Systems which, require unique

addresses for SLC circuit accessories

(remote relays, relay bases, audible bases

and remote lamps) shall provide 50%

spare capacity for each loop to provide for

system expansion. The on board

microprocessor provides the loop card with

the ability to function even if the main

microprocessor fails. LED’s on the board

shall provide annunciation for the

following; Power, Card Failure, Network

Failure, Ground. Fault, Alarm, Trouble,

Short Zone 1, Short Zone 2, Style 6 Open

Zone 1, Style 6 Open Zone 2. This card

shall plug into the system card cage.

The Signal Line Circuits shall be tested for

opens, shorts, ground faults, device status

and multiple device response (2 devices at

same address) and communications with

all addressable devices installed before

connection to the control panel. Systems

without this capability shall have a test

panel installed for initial testing to

eliminate any possible damage short term

or long term to the control panel. After

initial testing replace the test panel and

proceed with complete testing.

The Person Machine Interface (Display) or

the Remote Person Machine Interface

(Repeater) shall provide the system

information on six inch ¼ VGA

monochrome LCD, with Touch Screen and

LED display. The DISPLAY shall provide

floor plans with alarm type and “you are

here” indication. The DISPLAY shall be

navigable by device/module custom

Page 195: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 194

message in the system architecture with

no need for device address knowledge.

The DISPLAY shall provide a physical as

well as a system geographic view. Graphic

user interface shall be menu driven with 4

tabs showing the level and the total events

for each tab. The tabs shall be; Alarm,

Supervisory, Trouble and Security. Each

level shall show 5 events simultaneously.

The LED displays shall indicate Power,

Audibles On or Silenced, and Partial system

disabled. Systems not having the above

LED’s shall provide separate LED’s within

the control panel enclosure with

appropriate labels. Selection buttons shall

be backlit to aid the operator in the

selection process. There shall be controls

for scrolling throughout the event list. A

button shall provide zoom in zoom out for

the amount of information desired for a

specific entry. The DISPLAY shall be

capable of monitoring the power supply

loading and show available capacity for

future expansion planning. The DISPLAY

LCD shall provide standard NFPA symbols

showing Fire Service Equipment, Hazards,

compliant with NFPA 170 and People in the

area of alarm. Systems without this type

of display shall supply a “UL” listed

Graphics package with their system. The

LCD shall have a keyboard screen to allow

the technician ability to enter test and

numbers for passwords or text changes.

The Zone Indicating Card shall contain

minimum 4 NAC circuits rated at 4 amps

each with power-limited outputs. These

signals shall be Temporal Code 3

(Evacuation), Steady (Such as “Recall”),

and Alert (such as “Tornado Alert”). The

card shall be listed for notification

appliances, horns, bells, strobes, and

speakers

The card shall have the following LED’s to

provide trouble shooting and annunciation;

Reset, Power, Card Failure, Network

Failure, Ground. Fault, Zone Activation or

Page 196: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 195

Trouble. This card shall plug into the

system card cage.

The Network Interface Card shall provide

communication between enclosures.

The Controllable Relay Card shall provide

minimum 6 programmable relays. The card

shall have as a minimum the following

diagnostic LED’s; Reset, Power, Card Fail,

24V Fail, Relay 1, Relay2, Relay3, Relay 4,

Relay5, Relay6.

Where required for control of relays or

LED’s the Output control Module shall

provide 16 open collector outputs to

operate LED’s, incandescent lamps or

relays as needed. The module shall

contain a local audible output, Lamp Test

and local audible silence. All circuits shall

be power limited.

The system card cage shall provide the

mounting of all system cards, field wiring,

and panel’s inter-card wiring. The terminal

strips for the cards shall be color-coded to

eliminate the possibility of making the

wrong connection.

System response time from alarm to

output shall not exceed four (4) seconds.

To expedite system troubleshooting, the

system cards shall have ground fault

detection, and diagnostic LED’s by card.

All system cards and modules shall have

Flash memory for downloading the latest

module firmware.

Installation

Perform work in accordance with the

requirements of NFPA 70 and NFPA 72.

Boxes,

Enclosures

And Wiring

Devices

Boxes shall be installed plumb and firmly

in position.

Extension rings with blank covers shall be

installed on junction boxes where required.

Junction boxes served by concealed

conduit shall be flush mounted.

Page 197: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 196

Upon initial installation, all wiring outlets,

junction, pull and outlet boxes shall have

dust covers installed. Dust covers shall not

be removed until wiring installation when

permanent dust covers or devices are

installed.

Conductors

Each conductor shall be identified as shown

on the drawings at each with wire markers

at terminal points. Attach permanent wire

markers within 2 inches of the wire

termination. Marker legends shall be

visible.

All wiring shall be supplied and installed in

compliance with the requirements of the

National Electric Code, NFPA 70,

Wiring for strobe and audible circuits shall

be a minimum 14 AWG, signal line circuits

shall be minimum 18 AWG.

All splices shall be made using solderless

connectors. All connectors shall be

installed in conformance with the

manufacturer recommendations.

Crimp-on type spade lugs shall be used for

terminations of stranded conductors to

binder screw or stud type terminals.

Spade lugs shall have upset legs and

insulation sleeves sized for the conductors.

Permanently label or mark each conductor

at both ends with permanent alphanumeric

wire markers.

A consistent color code for fire alarm

system conductors throughout the

installation.

Wiring within sub panels shall be arranged

and routed to allow accessibility to

equipment for adjustment and

maintenance.

Devices:

Relays and other devices to be mounted in

auxiliary panels are to be securely fastened

to avoid false indications and failures due

to shock or vibration.

Page 198: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 197

Wiring within sub-panels shall arranged

and routed to allow accessibility to

equipment for adjustment and

maintenance.

All devices and appliances shall mounted to

or in an approved electrical box.

Certificate of Compliance:

Complete and submit to the Project

Engineer in accordance with NFPA 72

Field Quality

Control:

General

Testing

procedure:

All Alarm Initiating Devices shall observed

and logged for correct zone and sensitivity.

These devices and their bases shall be

tagged with adhesive tags located in an

area not visible when installed, showing

the initials of the installing technician and

date.

Wiring runs shall tested for continuity,

short circuits and grounds before the

system energized. Resistance, current and

voltage readings shall made as work

progresses.

A systematic record shall maintained of all

readings using schedules or charts of tests

and measurements.

The Consultant well in advance to notify

before the start of the tests.

The installing contractor shall make

instruments, tools and labor required to

conduct the system tests available.

Acceptance

Testing

A program matrix shall be prepared by the

installing contractor referencing each

alarm input to every output function

affected as a result of an alarm condition

on that input.

The installing contractor prior to the ATP

shall prepare a complete listing of all

device labels for alphanumeric annunciator

displays.

The Consultant shall use the system record

drawings in combination with the

documents during the testing procedure to

verify operation as programmed. In

Page 199: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 198

conducting the ATP, the acceptance

inspector shall request demonstration of

any or all input and output functions.

Documentati

on

System documentation shall be supplied to

the owner and shall include but not be

limited to the following:

System record drawings and wiring details

including one set of reproducible drawings,

and a CD ROM with copies of the record

drawings in DXF format for use in a CAD

drafting program.

System Operating, Installation and

Maintenance Manuals.

System matrix showing input signals to

output commands.

Provide a Soft copy of the system program.

Warranty and

Services

The contractor shall be warranty the entire

system for electrical and mechanical

failures for a period Two year. The

warranty shall begin with the completion of

the acceptance test or when it is

operational for customer

The contractor performing the contract

services shall be qualified, factory trained

and certified in the service and the

maintenance of the system provided and

listed to maintain ongoing certification of

the completed system to the “UL” installed

system listing.

The installation contractor shall furnish

training as follows:

Training in the receipt, handling and

acknowledgment of alarms.

Training in the system operation including

manual control of output functions from

the system control panel.

The total training requirement shall be a

minimum of 2 hours, but shall be sufficient

to cover all items specified. The contractor

shall provide two such training sessions.

Page 200: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 199

10.4.2 High Sensitivity Smoke Detection System

High Sensitivity Smoke Detection System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

A high performance aspirating smoke

detection system shall supplied, installed

and commissioned by the specialist

contractor in accordance with the

requirements detailed in the NFPA – 72,

Aspirating Detection Systems.

The system has designed to sense incipient

smoke at a very early stage in all critical

rooms as per scope of work defined in this

RFP.

The panels shall mounted inside the risk

protected and there shall be a network of

air sampling pipe work.

The High Sensitivity Smoke detection

consist of highly sensitive Laser-based

Smoke Detectors with aspirators

connected to networks of sampling pipes.

The alarms has generated once the laser

sensor receives smoke at a pre-

determined obscuration level to activate

and alert, Fire 1, Fire 2 and alert signal.

The signal has extended to the Fire Alarm

monitor Modules / BMS through Volt free

contacts for further investigation.

When Required, it shall be possible to

connect an interface card for open Protocol

output to BMS system for online Monitoring

with Software level integration.

When required, an optional remote Display

unit should provide to monitor each

detector. The Programmer should

configure the system.

Scope of

Work

Page 201: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 200

o This specification covers the

requirements of design, supply of

materials, installation, testing and

commissioning of Aspirating Smoke

Detection System. The system shall

include all equipment’s, appliances and

labour necessary to install the system,

complete with high sensitive LASER-

based Smoke Detectors with aspirators

connected to network of sampling pipes.

o The Bidder shall also make provision in

the Aspirating Smoke Detectors to trip

AHU and to shut fire dampers in the

event of fire through the relay contacts.

Codes and

Standards

The entire installation shall be installed to

comply one or more of the following codes

and standards :

NFPA Standards, US British Standards, BS

5839 part :1

APPROVALS

All the equipment shall be tested,

approved, and/or listed by :

o LPCB (Loss Prevention Certification

Board), UK

o FM Approved for hazardous locations

Class 1,Div 2

o UL (Underwriters Laboratories Inc.), US

o ULC (Underwriters Laboratories Canada),

Canada

o Vds (Verband der Sachversicherer e.V),

Germany

Design

Requirement

s

o The System shall consist of a high

sensitive LASER-based smoke detector,

aspirator, and filter.

o It shall have a display featuring LEDs

and Reset/Isolate button. The system

shall configured by a programmer that

is either integral to the system portable

or PC based.

o The system shall allow programming of

Multiple Smoke Threshold Alarm Levels.

o Faults including airflow, detector,

power, filter block and network as well

as an indication of the urgency of the

fault.

Page 202: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 201

o Configurable relay outputs for remote

indication of alarm and fault Conditions.

o It shall consist of an air sampling pipe

network to transport air to the detection

system, supported by calculations from

a computer-based design-modeling

tool.

o Optional equipment may include

intelligent remote displays and/or a

high-level interface with the building

fire alarm system, or a dedicated

System Management graphics package.

Performance

Requirement

o Shall provide very early smoke

detection and provide multiple output

levels corresponding to Alert, Action,

Fire 1 & 2. These levels shall be

programmable and shall be able to set

sensitivities ranging from 0.025 – 20%

obscuration / meter.

o Shall report any fault on the unit by

using configurable fault output relays or

via the graphics Software.

o Shall monitor for filter contamination.

o Shall incorporate a flow sensor in each

pipe and provide staged airflow faults.

Material And

Equipment

o Both Light Scattering and Particle

Counting shall utilized in the device as

follows: The Laser detection Chamber

shall be of the mass Light Scattering

type and capable of detecting a wide

range of smoke particle types of

varying size. A particle counting

method shall employed for the

purposes of preventing large particles

from affecting the true smoke reading.

Monitoring contamination of the filter (dust

etc.) to notify automatically when

maintenance is required.

The Laser Detection Chamber shall

incorporate a separate secondary clean air

feed from the filter; providing clean air

barriers across critical detector optics to

eliminate internal detector contamination.

Page 203: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 202

o The detector shall not use adaptive

algorithms to adjust the sensitivity from

the set during commissioning. A

learning tool shall provide to ensure the

best selection of appropriate alarm

thresholds during the commissioning

process.

Detector

Assembly

o The Detector, Filter, Aspirator and

Relay Outputs shall be housed in a

mounting box and shall be arranged in

such a way that air is drawn

continuously from the fire risk area by

the Aspirator and a sample passed

through the Dual Stage Filter and then

to the detector.

o The detector shall be LASER-based and

shall have an obscuration sensitivity

range of 0.025 – 20% obs/m.

o The detector shall have four

programmable smoke alarm thresholds

across its sensitivity range with

adjustable time delays for each

threshold between 0 - 60 seconds.

o The detector shall also incorporate the

facility to transmit a fault through a

relay. 5.0 The detector shall have a

single pipe inlet that must contain an

ultrasonic flow sensor. High flow fault

(urgent and non-urgent) and low flow

fault (urgent and non-urgent) can

reported.

o The filter must be a two-stage

disposable filter cartridge. The first

stage shall be capable of filtering

particles in excess of 20 microns from

the air sample. The second stage shall

be ultra-fine, removing more than 99%

of contaminant particles of 0.3 microns

or larger, to provide a clean air barrier

around the detector’s optics to prevent

contamination and increase service life.

o The aspirator shall be a purpose-

designed rotary vane air pump. It shall

be capable of allowing/ supporting for a

single pipe run / multiple sampling pipe

runs with a transport time of less than

90 seconds.

Page 204: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 203

o Detectors shall be capable of supporting

a single pipe run of 25m with a

maximum transport time of 120

seconds or as appropriate standards

dictate.

o The Assembly shall have built-in event

and smoke logging. It shall store smoke

levels, alarm conditions, operator

actions and faults. The date and time of

each event shall record

Display on

the Detector

Assembly

The detector shall provide with LED

indicators.

Each Detector shall provide the following

features at a minimum.

Alert, Alarm, Fire 1 and Fire 2

corresponding to the alarm thresholds of

the detector.

Smoke Dial display represents the level of

smoke present.

o Fault Indicator.

o Disabled indicator.

o Buttons supporting the following

features shall be accessible to

authorized personnel.

o Reset – Unlatches all latched alarm and

faults.

o Disable – Disables the fire relay outputs

from actuating and indicates a fault.

Sampling

Pipe

The sampling pipe shall be smooth bore

with an outside diameter of 25mm and

internal diameter of 21mm should be used.

The pipe material should be suitable for the

environment.

All joints in the sampling pipe must be

airtight and made by using solvent cement,

except at entry to the detector.

The pipe shall identified as Aspirating

Smoke Detector Pipe along its entire length

at regular intervals not exceeding the

manufacturer’s recommendation or that of

local codes and standards.

Page 205: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 204

All pipes should be supported at not less

than 1.5m centres, or that of the local

codes or standards.

The far end of each trunk or branch pipe

shall be fitted an end cap and drilled with

a hole appropriately sized to achieve the

performance as specified and as calculated

by the system design.

Sampling

Holes

Sampling Holes of 2mm, or otherwise

appropriately sized holes. More than the

maximum distance allowable for

conventional detectors shall not separate

it. As specified in the local codes &

standards. Intervals may vary according to

calculations.

Each sampling point shall identified in

accordance with Codes or Standards.

Consideration shall be given to the

manufacturer’s recommendations and

standards in relation to the number of

Sampling Points and the distance of the

Sampling Points from the ceiling and roof

structure and forced ventilation systems.

Installation

The Bidder shall install the system in

accordance with the manufacturer’s

recommendation.

Where Suspended ceilings are available,

the sampling pipe shall be installed above

the ceiling, and Capillary Sampling Points

shall be installed on the ceiling and

connected by means of a capillary tube.

The minimum internal diameter of the

Capillary tube shall be 5mm, the maximum

length of the capillary tube shall be 2m

unless the manufacturer in consultation

with the engineer have specified

otherwise.

The Capillary tube shall terminate at a

ceiling Sampling Point specifically

approved by the Client. The performance

characteristics of the sampling points shall

be taken into account during the system

design.

Page 206: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 205

Air Sampling Piping network shall be laid

as per the approved pipe layout. Pipe work

calculations should submitted with the

proposed pipe layout design for approval.

10.4.3 Public Address System

Public Address And Voice Evacuation System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The bidder shall supply, install, test,

connect and commission a high quality

fast-acting Public Address and Voice Alarm

System. The Public Address and Voice

Evacuation System shall comprise of Audio

Matrix Units, High quality speakers, Audio

rack all mounted on a 19” Rack and fully

connected and integrated on the fire alarm

loop. The system shall be used for

Professional Sound Reproduction for all the

areas where possible special events take

place.

The bidder shall make sure that all power

tapping of the speakers must be carried

out

The bidder must endure minimum of 10dB

above the ambient noise levels are

achieved.

The system shall be fully programmed to

accommodate fire alarm and voice

communication zones.

Scope of

Work

The scope of work under this head shall

include designing supplying and installing

of Public Address System. The work under

this system shall consist of furnishing all

materials, equipment’s and appliances and

labor necessary to install the said system,

complete with Speakers, Amplifiers,

Page 207: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 206

Microphone, Zone Selection Panel for

interfacing with other systems.

The PA system is designed to serve the

dual purpose of making general

announcement and Voice Evacuation at the

time of Fire alarm activation.

System Design

The PAVA system shall be connected on the

same Fire Alarm loop. The system shall be

de-centralized in nature; each distributed

rack DAU (Distributed Amplifier Unit) shall

have all the DSP (Digital Signal

Processing), messages, and amplifiers in

such a way that can work in a stand-alone

mode or Centralized mode.

The Man Machine Interface (MMI) shall be

connected back to the control room, to

monitor and control the entire PAVA

system. The DAU shall play background /

Foreground music and in case of Fire Alarm

/ Paging announcement, the system shall

go to full power as programmed to provide

the enough SPL (Sound Pressure Level)

levels to comply with BS5839 part8, with

minimum of 10dB above the noise levels.

The PAVA system shall be properly

integrated with the fire alarm system. The

integrated PAVA system shall cover all

normally accessible areas including the car

parks.

In addition, a FIRE DRILL, BOMB ALERT,

EARTHQUAKE ALERT and an ALL CLEAR

message shall be incorporated into the

operation. A fire alarm broadcast signal

shall cancel any public-address operation

and shall override it. When a fireman’s

microphone is operated, this shall override

any automatic voice alarm signal being

transmitted to the zone selected.

The PAVA Rack shall be in the

Control/Security Room enabling the

operator to select music from the CD

player, FM tuner or the double cassette

deck to transmit music to selected zones

Page 208: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 207

or all the zones in the building from the

Keypad paging microphone. A public-

address announcement shall override the

music transmission to selected zones or all

zones. The Speakers shall be distributed in

the entire floor and shall be configured in

different zones. The announcement can

have made in zone wise or to all the

speakers simultaneously in ALL CALL

mode. Fire Alarm shall be announced

immediately on receipt of Fire signal from

the panel to all zones or group of Zones.

System shall

have

following

functions

Voice Evacuation and Public Address

system integration includes paging system

and background music system.

Monitoring of microphone, controller,

amplifier, fireman microphone, and source

modular, AC&DC power Supply, and

Volume Control.

Amplifiers

All amplifiers shall be power amplifier with

High quality speech and Music broadcast.

The power amplifiers shall have adequate

continuous (RMS) power output to meet

the requirement of the configuration. The

unit shall can deliver the rated output

power with less than 0.1% harmonic

distortion in the design bandwidth. The

amplifier shall have a broad band

frequency response of 60 Hz to 15 KHz.

The output voltage and impedance shall

meet with the system requirements.

Amplifiers shall be protected against over

loads and output shorts and a special

thermal overload on the heat sink.

The Amplifier shall be one channel or Two

Channel and each channel have rated

power 120/240or 480W.

Amplifier shall have AC 230V power

supply, having separate fuse for each

channel. The Amplifier shall be connected

through balanced audio input and shall

work on 100V Speaker Line.

Technical

Specifications

Page 209: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 208

Rated Output

Voltage(RMS)

120W/240W/48

0W/2x120W/2x

240W/2x480W

Frequency

Response 60Hz to 15KHz

S/N Ratio >70 dB

Total Harmonic

Distortion <0.1% @ 1kHz

Power Efficiency >70%

Power

Consumption

< 670W for

480W Amplifier

Input 10k Ohm < 1V

Output 10k Ohm

0.775V (0dB)

Speakers

Speakers shall be especially designed for

broadcasting high quality, integrated

emergency fire alarm signals and voice

communications and approved by an

appropriate authority for use in such

situations

Speakers shall be ceiling, wall mounted or

Horn Speaker as shown in the schedule of

work and shall be completed with

mounting brackets accessories etc.

Speakers shall be in metal enclosures only.

Speakers shall be interconnected in the

zone configuration.

Ceiling/wall

Mounted

Speaker

The ceiling mounted 6 W speakers shall be

installed as depicted in the drawing. The

speakers support EASE, CATT or ULYSSES

models for acoustic studies. This mean the

acoustic model can be designed to

simulate the sound quality and distortion

prior to installation.

The Speaker should be in compliance

BS/EN 60065, 2003 and EMC (BS EN

61000-6-Part 1/2/3/4). The Ceiling

speaker shall work on 100V line so that it

can reduce line losses over long distance

and allow easy parallel connection of

multiple loudspeakers. The Speaker shall

Page 210: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 209

have multiple tapping for different

application according to room size and

ambient noise environment. The Speaker

shall have aluminum grille and metal baffle

and shall have spring clip clamp for easy

installation.

Remote

Paging

Microphone

The Remote Paging Microphone should be

fully digital connected via CAT6 Cable with

Controller. The Microphone should have

capability to make announcement in 12

Zones and have all call facility. The

Microphone shall have ability to control

music and should be able to route the

music in zones. The Microphone should

have LED indication for the different

Status, the unit shall have 12 Selection

buttons with colored indicators. The

Microphone have reset/channel All call &

Call buttons. The Unit shall have RJ45

ports for connection.

The Microphone shall have following

features:

o 12 Zone Control button and

indicators

o LED for Zones indication

o Connect up to 5 Microphone.

o Compress function through

microphone input to avoid

distortion.

o Auxiliary input for supply

background Music

o Auxiliary input -22dBV, 47K

o Communication up to 400 meter

o Voice Alarm Controller (VCA)

Controller

The Controller shall be a 19” Rack Node,

which shall operate on 230V mains, it can

be installed next to the Fire Alarm Control

Panel

The System shall comprise of Master

Control Modules, Amplifiers, Link Audio

Processor, Power Supply and all the

connectors, wires to complete a standalone

PAVA Rack with in-built messages.

The use of these units shall be primarily for

broadcast fire messages and other optional

Page 211: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 210

auxiliary messages as well the back-

ground music which is site and application

specific, as well live evacuation messages

and instructions from the operator or the

fire brigade to direct the people to the

safety points of the building.

The all components installed for small and

medium scale installations. It comprises

the latest technology in Voice Evacuation,

Voice messages can be customized

It shall be possible to define Siren Tone for

each message and define the length of it

without depending on the message

recording.

Controller shall have one audio input (0dB

symmetric)

Each controller unit can support up to 12

or 8 speaker circuits of up to 480W per

circuit speaker.

All communication must be digital between

the entire system components, except the

output to the 100V line of the speaker

circuit and the 100V output of the amplifier

units.

When amplifier, manual switching over of

amplifier is option available.

Inbuilt fire evacuation messages, it can be

customized based on project/client

requirement.

Individual digital control for each input and

output level from the Microphone.

Controller having individual volume

controller for music, announcement and

fire message

All messages shall be of WAV files directly

can be downloaded to the system through

a PC.

The digital AM/FM tabletop and rack mount

design with aluminum alloy panel. It shall

have clearly visible LDC display,

microcomputer control and touch-button

operation. FM/AM two band receive option,

Page 212: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 211

FM receiving frequency 76MHz – 108MHz,

AM receiving frequency 520Hz – 1708 KHz.

Radio frequency automatic search and

memory function, memory up to 99 bands

and a power off memory functions. Using

vehicle dedicated digital radio module,

integrated radio tuner module, with a small

size good performance and strong anti –

interference etc.

Built in High fidelity wideband monitor

Speaker, Sound full and clear, and a

monitor with adjustable volume knob

Technical Specifications:

Power Supply 220V/50Hz

Power Consumption 8W

1 Channel audio signal left and right

channel output

CD/DVD Player

The CD/DVD player shall be capable

playing MP3 audio tracks from USD or DVD

or CD.

Speaker

Cables

o All cables associated with PA

System shall be of following

specifications:

o The 2-core speaker cable shall

connect to the speakers by screw

terminals before which it shall

crimped using 1.5 sq. mm. bootlace

lugs. Care must be taken for

avoiding any single strand of wire

shall not come out of Lug & screw

terminals to avoid noise & leakage.

o Speaker cables used should be

Multi-Conductor Stranded type

o Flexible Copper Conductor of cross

section 1.5 Sq. mm / 2.5 Sq. mm

insulated, PVCFRLS sheathed

control Cable as per IS 694.

o These Cables shall laid in G.I.

Conduits concealed/surface.

o Call Station Cables

Page 213: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 212

o Call station cables should be 4pair

CAT6 STP (Shielded Twisted Pair)

type,

o RJ45 Shielded Male Connectors

should crimp it.

10.4.4 Gas Based Fire Suppression System

Gas Based Fire Suppression System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The bidder shall supply, install, test and

put in operation NOVEC1230 based fire

suppression system. The fire suppression

system shall include and not be limited to

gas release control panel, approved

seamless cylinders, discharge valve (with

solenoid or pneumatic actuator) as the

case may be, discharge pipe, non-return

valve and all other accessories required to

provide a complete operation. The

proposed system should meet the

applicable requirements of NFPA 2001 or

ISO 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

& in accordance with the requirements

specified in the design manual of the agent

The system shall be properly filled and

supplied by an approved OEM (Original

Equipment Manufacturer)

Generally the key components* of the

system shall be VdS or LPC or FM/UL listed.

(Key components are valves and its

accessories, actuators, flexible discharge

and connection hoses, check valves,

pressure switch, and nozzles)

Page 214: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 213

The NOVEC

1230 gas

The NOVEC 1230 gas shall:

Comply with NFPA 2001 or ISO 14520

standard have the approval from US EPA

(Environmental Protection Agency) for use

as a total flooding fire extinguishing for the

protection of occupied space:

Be given Underwriters' Laboratories Inc.

(ULI, USA) component listing for the

NOVEC 1230 gaseous agent.

Must have zero ozone depletion potential

(ODP);

Have a short life span in the atmosphere,

with atmospheric life time of less than 5

days

Be efficient, effective and does not require

excessive space and high pressure for

storage;

Design

Condition

The hazard space volumes shall protected

from a common central or individual

supply, the cylinder bank or individual

cylinder system, with corresponding pipes

and nozzle system. The individual zone/

system shall dimensioned to give a

complete discharge of the agent in less

than 10 seconds into the affected zone.

The software calculation shall be approved

VdS or FM / UL. The discharge time shall

not exceed 10 seconds. After end of

discharge (10s) a homogeneous NOVEC

1230 concentration shall be built-up in the

room.

The design concentration shall follow ISO

14520 or at minimum NFPA 2001 for under

floor, room and ceiling space. Unless

otherwise approved, room temperature for

air-conditioned space shall be taken

around 20C. The system shall be designed

with minimum design concentration of 4.7

% as applicable to Class-A & C fire.

All voids within each hazard shall be

discharged simultaneously. Each hazard

Page 215: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 214

shall have an independent system, unless

otherwise specifically stated.

The system engineering company should

carry out the piping Isometric design and

validate the same with a hydraulic flow

calculation generated by using the agent's

design software. Appropriate fill density

to be arrived at based on the same.

The system shall be so designed that a fire

condition in any one protected area shall

actuate automatically the total flooding of

clean agent in that area independently.

The entire system shall incorporate inter-

alia detection, audible and visual alarms,

actuation and extinguishing.

Clean Agent

Supply

System

The extinguishing agent shall be NOVEC

1230 with physical properties conforming

to NFPA Standard 2001 or ISO 14520

standard.

Each zone to be protected by the Total

Flooding System shall be capable of being

flooded independently of the other.

Re-Filling and

Maintenance

In case of any leakage or accidental

discharge of the agent, it should be

possible to re-fill the cylinders in India

itself. The contractor should indicate

the source of re-filling and the time

that will be taken for re-filling and

replacement.

Storage of

Extinguishing

Agent

The agent shall be stored in liquid form at

ambient temperature in high-pressure

seamless cylinder containers designed for

the purpose. The cylinder shall be high

pressure, seamless, flat type and concave

bottom.

Each cylinder shall have its own built-in

pressure safety relief valves and shall also

be equipped with pressure gauge to

indicate the pressure of its content.

The cylinders shall be super-pressurized

with dry Nitrogen as per OEM standard.

The cylinder shall be capable of

Page 216: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 215

withstanding any temperature between -

30 Deg C and 70 Deg 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.

All cylinders shall be adequately mounted

and supported in a manner to facilitate

individual servicing or content weighing.

Cylinders installed shall be of the same size

where possible and the manifold shall be

provided with non-return or check valves

to prevent back flow when any cylinder is

being removed for maintenance.

Piping and

Fittings

All piping shall be Schedule 40 seamless

pipes complying with grade B and all fitting

shall be of ASTM A-105.

Discharge

Nozzles

Discharge nozzles shall be manufactured in

corrosion resistant material and shall be

positioned in a manner to effect a uniform

concentration at the shortest time after

discharge. Each nozzle shall be able to

cover a height of 5m effectively.

Detection

The detection part shall consist of the

installation of an adequate number of

smoke detectors strategically positioned

for the early detection of smoke, and/or

products of combustion. All detectors shall

be ULI, FMRC and/or LPC or Vds approved.

The detection of smoke by such detectors

shall immediately set of an audible alarm

at the control unit and visual indication of

the zone where smoke has been detected.

The detectors in each zone protected by

Total Flooding System shall be wired on a

DUAL RISK CIRCUIT basis. The actuation

of one detector in a zone shall not be

sufficient to cause the discharge of the

agent. The agent shall only be actuated to

discharge on activation of another adjacent

detector in that zone.

Page 217: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 216

The signal from the second activated

detector within the particular zone

protected by the Total Flooding System

shall after a time delay activate the agent

release device of the Total Flooding

System. The time-delay circuit shall have

a delay period adjustable from zero second

to 180 seconds.

Documentati

on

The bidder shall submit copies of the

datasheets of the hardware used in the

system.

The bidder shall also submit calculations to

evidence the qty of agent considered for

the system.

The successful vendor must submit, along

with the supply invoice, a certificate of

authenticity, for the agent from the system

engineering company duly checked and

verified by distributor.

The system engineering company should

provide, as part of the handing over, the

As-built drawings and operation &

maintenance manual.

System:

Novec 1230

gaseous

based Fire

Suppression

system

o Design & execution need to be

complied with NFPA & local safety

standards. Company to mention the

listing or approval for overall system &

equipment’s.

o Company to submit all type of

certificates for design, equipment’s &

accessories.

o Company to submit the OEM cylinder

ref & gas filling certificates.

o Company to submit the necessary

certificates for Cylinders, accessories.

o Company to deploy trained & skilled

personnel for the execution of job.

o Company to highlight any system

limitations, Pre requirements from

client. Company to submit solution

write up etc., along with quote.

o Company to submit system schematic

with operation philosophy considering

future build.

Page 218: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 217

o Company to confirm the pressure at

nozzle while release of gas.

o Pressure gauges & pressure switches

at individual cylinders

o Low Pressure alarm of cylinder bank /

cylinders to be integrated in FAS / BMS

o The Manual operation (Release /

Abort), alert indications with signage’s

on the door of protected rooms will be

provided & controlled by Company's

control panel.

o In FSS Control Panel- Complete with

Gas Release Module, Timer 0-120 sec

delay configuration, Gas Release

Indication, Abort Switch, Manual

Release Switch, Auto - Manual Selector

Switch with Stand-by Battery &

Battery Charger, additional I/O’s for

integration & controls of warning sign,

hooters etc.

o The Manual release & Abort switches

to install in red color powder coated

MS make enclosure, front with glass,

hammer, key lock etc

o Company to clean the internal piping

through pressurized nitrogen gas

before final testing of system. Also

need to carried out Pipe & Manifold

test leak & strengthening test.

o Room Integrity Test for all the

protected rooms, same need to be

considered in quote

o The Fire suppression solution/ system

life requires min 10 years. Company to

provide support/maintenance for entire

system min 10 years post

commissioning.

Training o Training to Operations team preferred

from OEM or his representative

Page 219: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 218

10.4.5 Water Leakage Detection System

Water Leakage Detection System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

This section of the specification covers the

design, supply, installation, testing,

commissioning and thereafter maintaining

of the Analog Water Leak Detection

System (WLDS) during warranty period.

This complete WLDS shall include

electronic leakage detection module,

Water sensing cable, monitoring leakage

along the run and all required auxiliary

accessories (such as jumper cables,

connectors, hold down clips and

tag/labels). This system shall detect and

locate leak on the entire length of the

sensing cable.

The WLDS shall be installed at the various

rooms as per specified in the Scope

section.

The layout of the Water leak detection

equipment and circuits as shown on the

Drawings has given for guidance to the

Contractor for preparing his estimation

during tendering and indication of the

design intent only. The bidder shall be

responsible to determine the most

effective arrangement of the detection

system and circuits basing on the

manufacturer’s recommendations,

quantity of Water leak detection Modules

required the additional of the accessories,

individual features and operating coverage

characteristics of the selected products.

System

Performance

The Water leak detection system (WLDS)

shall identify any abnormal presence of

Water along the run of sensing cables. In

Page 220: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 219

the event of leak detected, an audible

alarm triggered and dry contact to

activate. The module’s captures the type of

fault and the zone where the leak has

detected.

o Sensing cable length

The Modules are capable of monitoring up

to an accumulated length of 1200 m of

sensing cable in Single Zone & 800 m in 4

Zone Module (200 M each zone). These

cables lengths shall not include the jumper

cable connecting between sensing

cables.The module shall be able to show

the status of each zone under monitoring

in case of 4 Zone Module.

o Cable break fault

Besides leak, the system shall be capable

to detect any damaged sensing cables

(cable break). In the event of a cable

break, an audible alarm triggered and the

dry contact is activate.

o Zone type leak sensing cable

A continuous leak detection cable shall

installed to cover small areas or zone

within the building. The cable should be 2-

wired design and manufactured from

rugged, corrosion resistant material, which

resist abrasion to ensure long cable life.

After leakage, the cable should shed liquids

quickly and easily return to normal

operating condition. The cable shall be

capable of detecting water. The cable shall

be available in different custom length with

factory installed male/female connectors

to facilitate the setting up of leak detection

circuit without the need for special tools as

well as for future expansion of the system

and replacement.

o Zonal Modules

Each Module shall be able to handle up to

500 m of accumulated sensing cable and

shall actuate an output relay during a fault

that can connected to any voltage free

enabled system. The Modules used at each

Page 221: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 220

site/zone shall be capable of adjusting the

leak sensitivity level at site.

o Sensitivity Adjustment

Sensitivity could be adjusted through a

simple Slide method through a Software

o Power

The System shall be powered by 230 +/-

15% VAC,

Frequency 50/60 Hz single phase through

12 V Power supply.

o Jumper cable connection and auxiliary

equipment

Where leak detection is required, a two-

core jumper cable shall be used to connect

sensing cables in between zones, floors or

rooms

o Warning Tags / Labels

Warning labels shall place on the sensing

cable approximately every Three (3)

meters.

o Hold Down clips (HDC)

Hold-down clips shall be used to fix the

sensing cables every one (1) meter or

where deem necessary.

o Safety

Good anti-static & surge protection tech to

make sure working system safer and

reliable.

o Enclosure

The module enclosure (leak detection)

shall constructed of metal and dust-tight

NEMA 4X rating and capable of surface

mounting.

Communicati

on Protocol Modbus RTU

Installation

The system shall be installed by well-

trained staffs, with the procedure

recommended by the OEM

Testing Testing the cable by placing a wet cloth or

wire gauge over the cable to simulate a

water leak, the alarm relay operates.

Page 222: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 221

Extension of alarm to the BMS system

should verified.

Documentati

on

The Contractor, upon completion of the

commissioning activity, shall hand over the

system to the customer.

At the time of hand over, the contractor

shall provide the customer with the

following documentation:

1. Copy of detailed report

2. Component and equipment list

3. Product description sheets

4. System design drawing(s)

5. System schematic diagram(s)

6. System operating manuals

Handover

Prior to final acceptance, the bidder shall

provide complete operation and

maintenance instruction manuals to the

owner. All aspects of system operation and

maintenance including wiring diagrams of

all circuits, a written description of the

system design, sequence of operation and

drawing(s), illustrating control logic and

equipment used in the system. Checklists

and procedures for emergencies,

maintenance operations and procedures

shall be included in the manual.

Training

General The contractor shall provide the

customer with details of the training

required by personnel to operate and

maintain the Water leak detection system.

The Contractor and the customer shall

jointly agree the number of staff to attend

the training courses.

Page 223: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 222

10.4.6 Rodent Repellent system

Rodent Repellent System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

Rodent Repellent System shall be designed

by using Electronic transmitters of high

frequency sound waves, which will emit

sound at very high decibel levels painful to

pests, as described in the specification

given hereunder.

System The system shall consist of a Master

Console, satellites and its cable circuits.

Master

Console

These will be Electronic transmitters of

high frequency sound waves (well above

the 20 KHZ frequency which is the upper

limit of the hearing range of the human

ear.) emitting sound at high decibel levels

(sound pressure) that is audible and

painful to pests, but inaudible and

harmless to humans.

The system will consist of one Master

Console and twelve Satellites /

Transducers. The Console will be installed

in the control room, or as directed and the

satellites in the problem areas as required.

The powerful sound waves generated by

the satellites shall be within the hearing

range of many pests, and cause them pain

and discomfort. Satellites should be quiet

and inaudible to humans.

Satellite

Each satellite will cover an open floor area

of approximately 400 sq. ft. for an average

height of the ceiling is 10 ft. As regards

area of Suspended ceilings or raised

floorings, it should cover an approximate

area of 400 sq. ft. The satellites should

Page 224: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 223

1. Be able to mount in any angle to match

the décor.

2. Possible to install in sensitive areas.

3. Should withstand high temperatures in

suspended ceilings, and low temperatures

in cold storages and air locks.

4. Should not require a power connection.

5. Should be able to test on an audible

range with the help of a self-testing facility

or any other suitable means.

SATELLITES

Crystal: DM 44T 24V MAS Germany

Frequency: Peak frequency responses of

the satellites are

i) 21.6 KHz + / -3 KHz

ii) 31.6 KHz + / -3 KHz

iii) 50.4 KHz + / -3 KHz

iv) 60 KHz + / - 3 KHz

Nature of sound waves: The sound waves

propagated should be linear sine waves

with constantly varying frequencies.

Operating environment: Range of –4 deg C

to 60 deg C, 100 % humid environment

and under water.

Circuit:

o Signal generator should have full wave

rectification, regulated 12V DC power

supply to withstand power fluctuations

ranging from 170V AC to 270V AC.

o Amplifier should have a preamplifier

stage coupled with signal generator for

dual transistor amplification having a

push-pull configuration.

Pressure

o Uniform pressure output of 80 dB to

110 dB with 360 deg transmission

angle.

o Linear propagation of mixed / variable

frequencies detectable at, or about 40

ft. distance from the source

(Transducer/ Satellite).

Page 225: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 224

o Spatial average intensity – 83mW per

cm²

Power Supply o 5A Power Socket (230 V AC) will be

provided for each VHFO as may be

required. Alternatively,

Specification

o Operating frequency : Above 20 KHz

(Variable)

o Sound Output: 80 dB to 110 dB at 1.00

Mts.

o Power Output : 800 MW per Satellite

o Power Consumption: 15 Watt Approx.

o Power Supply : 230 V AC, 50 Hz

Mounting : Wall / Table

Dimension: 16” x 8 “ x 4”

Weight : 5.5 Kgs approximately

10.4.7 Access Control System

Gas Based Fire Suppression System

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

The Integrated Access Control System’s

(ACS) primary function shall be to regulate

access through specific doors, gates or

barriers to secured areas of the facility. It

shall also have the provision of capturing

cardholder images and producing access

cards used to provide this access.

The system shall use a single seamlessly

integrated database for both its access

control. This integration shall be provided

under one operating environment.

The system shall provide a multi-tasking

environment that allows the user to run

several applications simultaneously.

The bidder shall consider the following area

to cover the ACS system

1. The data center Entrance

2. Server room Entrance

Page 226: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 225

3. Network Room 1 & 2

4. POI Room 1 & 2

5. Staging Room 1 & 2

6. NOC Room

7. BMS Room

8. Meeting Room

9. Electrical Room 1 & 2( Second floor)

10. Electrical Room 1 & 2( basement)

11. Battery Room

Installation

The ACS shall be designed, installed,

commissioned and serviced by

manufacturer employed, factory trained

personnel

System

Requirement

s

System Architecture

The system shall be of a Server / Client

architecture with the option to configure

the Server and client ACS software on

different PCs residing on the same

computer network. Full network

functionality shall be available over remote

links between the Server and any

workstation, using the following protocols:

NetBEUI, IPX/SPX, TCP/IP

Server

The ACS Server shall be capable of

operating on an IBM compatible computer

with the following minimum system

requirements:

Operating

System

Windows 7 SP2 / Windows

Server 2008 SP1/

Windows 8.1/ Windows

10.1

ODBC

Microsoft SQL Server

2005 SP4 Standard

Edition / Microsoft SQL

Server 2005 Express

Edition / SQL Server 2008

SP2 / SQL Server 2008

Express Edition/ SQL

Server 2012 Express

Edition

Processor 2 GB

Page 227: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 226

RAM

2048 MB (SQL Express

Edition), 4096 MB (SQL

Server Editions)

Hard Drive

80 GB ( SQL Express

Editions), 160 GB ( SQL

Server Editions)

Ports

At least one network

connection (as outlined

above)

o Standard mouse, keyboard, and

colour monitor

Intelligent

System

Controllers

The system shall be configured with the

ACS software connected via an Ethernet

link to any configurable number of

Intelligent System Controllers.

Distributed intelligence

The system shall employ a distributed

architecture so that all access decisions are

made locally at the Intelligent System

Controller (ISC). All decisions to grant

access shall be made by the local ISC.

An Intelligent System Controller (ISC)

shall link the ACS software to all other field

hardware. It shall provide full distributed

processing for access control and alarm

monitoring operations. Access levels,

hardware configurations and programmed

alarm outputs assigned at the

administrative workstation shall be

downloaded immediately to the ACS

software. All access granted/denied

decisions shall be made at the ISC to

provide fast responses to card reader

transactions.

The ISC shall be required to operate in a

stand-alone and peer-to-peer mode in the

event it loses communication with system

software. It shall continue to make access

granted/denied decisions and maintain a

log of events. Events shall be stored in

local memory, and then uploaded

automatically to the system when

Page 228: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 227

communications are restored.

The ISC shall be IP addressable and

support standard TCP/IP transmission.

Memory

The ISC will support for following,

o Internal non Volatile memory

o Expandable Memory

Local Alarm

Input and

Output

The ISC shall support the onboard direct

connection of a tamper input. This input

connection shall be reserved for

connecting a tamper switch of the

equipment cabinet in which the ISC has

been installed.

Upon the Tamper input being triggered the

ISC shall also provide a local output that is

capable of connecting an output device

that can be triggered as a result of cabinet

tempering.

Interface

Module

Dual Reader Interface Module or controller

A Dual Reader Interface Module (DRIM)

shall be available for each controlled door

and provide the ability to connect up to two

card readers or entry devices.

Eight Reader Interface Module or controller

An Eight Reader Interface Module (ERIM)

or IP based solution shall be available for

each controlled door and provide the ability

to connect up to eight separate card

readers or entry devices .This ERIM shall:

o Monitor the door position (door contact)

for each door

o Allow the connection of a Request-to-

Exit (REX) switch for each exit

o Control an electric door lock or strike for

each door

o To allow for situations where an entry

and exit readers may be required at a

door the ERIM will allow two readers to

be used for single door control and

provide the possibility to uses the

following combinations of

Firmware

Download

All access control hardware components

shall be supported by a built in firmware

download and configuration utility from the

Page 229: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 228

ACS. This utility shall be included within

the MMI and not via an external dedicated

tool only.

Communicati

on

The system shall use TCP/IP

communications techniques over Ethernet,

whilst employing proprietary

communications protocols. The encryption

between the ACS host and each ISC shall

use implementation of the Advanced

Encryption Standard (AES) to encrypt all

messages and ensure data security.

Each ISC shall be capable of

communicating with at least 96 of these

devices at any one time, using four

separate channels to co-ordinate the

communications process and share the

load across different channels.

Man Machine

Interface(MM

I)

The MMI shall employ a standard Windows

look and feel and provide both an intuitive

menu and button driven navigation

system.

On-line help

The MMI shall provide a comprehensive

on-line help system, which shall be

available at any time and from any screen.

The help system shall describe the use of

all system functions and provide a

comprehensive glossary of terms. In

addition, the help system shall provide the

standard windows help contents listing,

index listing and key word or phrase search

functionality.

Navigation

The MMI shall use standard Windows

controls, including:

o Mouse control

o Menu functionality

o Button navigation

o Keyboard equivalent mouse shortcuts

Installation

The MMI and ACS shall use standard

Windows installation processes and employ

a software installation that is similar in look

Page 230: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 229

and feel to other Windows Vista

applications.

The system will only permit authorized

operators, who have been given

permissions to log on to the ACS at a

workstation, to administer aspects of the

system. The functionality available to

these operators shall be fully configurable

via the comprehensive partitioning

architecture.

Authenticatio

n

The system shall request an operator’s

user name and password before entry to

the MMI is granted. The password must be

fully encrypted on-screen to prevent it

from being easily copied.

Partitioning

The system shall allow partitioning to be

assigned on the basis of the following

conditions (as a minimum):

Cardholders

System Functions (minimum of 60

feature levels)

Holidays

ISCs

Field Devices

Custom Pages

Time Schedules

Site Plans

Reports

The system shall prevent the currently

logged in operator from viewing the

details, regarding any alarms triggered by

a system component to which they have

not been assigned privileges, including:

Audit trail alarm entries

Audit trail reports, which include

alarm details

Audible and visual alarm

annunciation

Page 231: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 230

The alarm information associated with any

system component to which an operator

has been assigned privileges will be

displayed.

The system shall allow partitioning to be

assigned on the basis of audit trail reports.

The currently logged on operator shall only

be able to create or run those reports to

which they have been assigned privileges.

The system shall also prevent the currently

logged in operator from printing reports

that include those system components to

which they have not been provided

privileges.

Privilege

levels

When assigning a function to an operator,

the system shall allow the level of

assignment to be specified. These levels

include:

Read only. This type of privilege level

does not allow the operator to create or

modify components in the specified area of

the system. However, they are allowed to

view those records.

Modify. This type of privilege level

does not allow the operator to create

components in the specified area of the

system. However, they are allowed to view

and make modifications to existing

records.

Full. This type of privilege level allows

the operator to create, modify and view

components in the specified area of the

system.

Operator profiles

The ACS shall support multiple operator

profiles such that preferences are retained

for individual operators, irrespective of the

workstation that they log onto. The display

colours and data layout shall be

configurable (and be saved) per operator.

Operator journal

Page 232: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 231

Cardholders

The system shall include a cardholder

management component that is integrated

with the access control system. The

system must support at least 500,000

cards – all of which are downloaded and

retained in the memory of each ISC. This

cardholder management functionality must

allow the enrolment of cardholders into the

database, capturing of images and

import/export of employee data. This

functionality shall also allow a system

operator to assign or modify the access

rights of any cardholder.

Cardholder data

As a minimum, the ACS shall allow up to

196 configurable fields to be customized by

the system administrator to suit the needs

of the facility owner. The system shall

provide a Graphics Editing Module (GEM)

that gives operators the ability to modify

any standard field to customize the

cardholder screens as desired. Once these

fields have been defined, the

o Cardholder images

o Grouping cardholders

o Cardholder violations

o Cardholder Data Import / Export

o Cardholder Record Changes

o Multiple Cards per Cardholder

Assignment

of Access

The system shall allow an infinite number

of combinations of access permissions to

be assigned to any cardholder

programmed in the system. The system

shall allow access permissions to be

assigned to access points, areas, elevator

floors and groups of any of these.

In addition, the system shall provide the

ability to schedule the times during which

cardholder access to each separately

allocated resource is permitted.

Access shall also be extended to output

points, whereby a cardholder presenting

their access badge not only unlocks a door,

Page 233: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 232

but also can easily change the state of any

output in the system.

Upon changing or assigning access to any

cardholder, the details shall be

immediately propagated to all on-line

ISCs.

Access privileges shall be assignable on the

following basis:

Access based upon group privileges

Access based upon individual privileges

Access based upon a temporary privilege

Access based upon offline doors

Any combination of the above

Card Readers

and Cards

Card Readers shall read encoded data from

the access card and transmit that data

back to the ISC. The card reader or entry

device should give an audible and visual

indication of each read.

Supported cards and technologies

The system shall be compatible with all

major card and access entry technologies,

including (but not limited to):

o Proximity cards and readers

o Biometric readers

o Bar code cards and readers

o Magstripe cards and readers

o Wiegand cards and readers

o Smart cards and readers

o iClass cards and readers (HADP

range)

o Optical cards and readers

o Transmitter and infra-red cards and

readers

o Keypads and PIN pads

In addition, the ACS manufacturer shall be

able to provide a number of different

encoded card technologies, which use

sophisticated algorithms. These algorithms

shall be proprietary in nature to the

manufacturer, and should be sophisticated

enough that they increase the security of

the installation. The support for these

Page 234: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 233

formats will be in addition to any format

perceived to be an industry standard.

These shall include at least one proprietary

format in each of the following:

o Bar code

o Magstripe

o Wiegand (output protocol)

o Smart Card

o RS-485

o Clock & Data

Ability to support MIFARE smart cards

Program each sector / block on a MIFARE

(1K and 4K byte) smart card for access

control and non-access control applications

Specify sector keys and the way in which

these keys interact with the sector for the

reading and writing of information

Specify the output type and data type of

the information stored on the card

Program database information for each

block / sector

The ACS system shall also support the

ability to read an entire smart (1Kb and

4Kb) card based upon a pre-configured

profile. This card reading shall provide a

dedicated viewing screen from which the

currents contents of all blocks and sectors

can be viewed on-screen.

Ability to support Custom Wiegand cards

The ACS system shall support the use of

proximity card technology with a custom

Wiegand format including the ability to

program

Database

accessibility

All System data must reside on a single

database on the network and must be

accessible in real-time to every / any

system workstation. This shall allow for

automatic change propagation to all

workstations on the system as well as a

common database to consolidate all

information and allow for better disaster

recovery.

Page 235: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 234

Real time

Audit Trail

The system shall log all events that occur

to both an on-screen audit trail window and

a retrievable database record. These

events must be logged on-screen as they

occur (in real-time). All system changes,

alarm events, entry / exit conditions, point

state changes, exception messages,

miscellaneous system messages, or any

information relating to the access control

system in general shall be logged to this

audit trail.

Custom Audit

Trails Views

The ACS shall provide the ability for an

operator to create a custom Audit Trail

view that includes the following features:

The customized view should update in real

time as transactions occur in the system

Multiple custom views shall be permitted at

any point in time

Ability to filter information displayed (for

example may only display messages from

a select group of doors)

An operator shall be permitted to share

views (configuration of) with other ACS

operators

Ability to configure a view with special

trace conditions such that any important

event in the system is displayed with

identifying colors. For example, whenever

a specific door is unlocked a message

should appear in green

Alarm

configuration

The ACS shall allow each alarm to be fully

configurable. As a minimum, the System

Operator shall be able to configure alarms

in response to changes in state or

messages received.

Reports

The system shall be capable of configuring

a dedicated printer specifically for the task

of printing audit trail, database, or

operator journal reports. This facility shall

provide the selection of a default printer for

this task and the ability to change the

printer characteristics to suit the printing

requirements.

Page 236: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 235

Archiving

System

The system shall be capable of archiving

the programmed database information,

the logged audit trail data, operator journal

entries, graphics, alarm sound files, alarm

instructions and custom designed reports.

Once archived, the system shall provide

the tools required to restore this data later

if necessary.

Reporting

The system shall be capable of providing

detailed reports regarding the information

contained in the database, audit trail, or

operator journals, without the need for

programming skills.

The system shall provide the capability for

the configuration and set-up of a specific

system printer for printing reports, and

allow the use of network printers. The

system shall also exclude those records

from any report to which the currently

logged in System Operator has not been

assigned privileges to view.

Available Reports

The list of reports shall be available in a

tree view sorted by functional area of the

system, whereby individual report views

can be easily selected and displayed within

the MMI

Scheduling

The system must provide the capability for

an operator to define specific times, during

which certain events and system control

will occur. The system must be capable of

handling at least 65,000 distinct time

schedules. These schedules must be

operator customisable, so that, they can

schedule events across an entire week,

with up to twenty distinct time periods

during that week. Primarily, the time

schedules must be able to handle holidays,

provide access at certain times, and

schedule or permit events during the

specified times

Anti-passback:

The system shall be capable of providing

anti-passback control, whereby, a

Page 237: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 236

cardholder that uses their card at an entry

reader must not be able to re-enter until

they have first exited using the specified

exit reader. The system must also be

capable of operating in either a soft or hard

anti-passback mode

The anti-passback control should also be

flexible so that cardholder’s that have

violated anti-passback rules or have lost

their access card can be forgiven by a

system operator.

Soft Anti-

passback:

The system shall provide the selection of a

soft anti-passback mode, which permits

entry at a door or barrier (to a valid

cardholder) when the anti-passback rules

have breached. However, the system will

still generate an alarm in response to this

anti-passback violation.

Hard Anti-

passback

The system shall provide the selection of a

hard anti-passback mode, which does not

permit entry at a door or barrier (to a valid

cardholder) when anti-passback rules have

been breached. In addition, this type of

breach will also generate an alarm.

Peer-to-Peer

Anti-

passback

The system shall provide full anti-passback

capabilities across multiple ISCs without

the need to consult the ACS host. This will

allow full anti-passback capability even

when communications with the host has

been lost.

Mustering

Area

The system shall provide the facility via the

anti-passback functionality to designate

specific mustering areas. These areas shall

allow reports to be generated that display

all those cardholders currently logged into

that area.

Area Limits

The system shall allow each area to be

defined with a maximum cardholder count.

Once this limit has been reached the area

will be considered as being “Full”. Once the

full capacity has been reached, the system

shall allow:

Page 238: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 237

The prevention of further cardholders

from entering the area

The triggering of an output device, for

example a “Max entry ” sign

Cascading

Anti-

passback

The system shall allow single reader doors

to be created within an area. These doors

will not fall under normal anti-passback

control, however, entry will not permitted

unless the anti-passback conditions

assigned to the surrounding area have

been previously observed.

Door

Interlocking

The system shall allow the configuration of

a set of interlocked doors, such that

opening any single door within the defined

set prevents any other door from being

opened at the same time, even if a valid

cardholder attempts to gain entry at that

door.

Clustering

Finally, the system shall allow the

configuration of a set of controllers in a

single group for the purpose of anti-

passback configuration. Whilst both local

anti-passback and global anti-passback

operation shall be available, this subset

allows a group of controllers to monitor

anti-passback within their own cluster.

10.4.8 CCTV

IP based CCTV

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

General

Requirement

The work under this system shall consist of

design, supply, installation, testing,

training & handing over of all materials,

equipment’s, appliances, and labor

necessary to commission the said system.

The IP Based CCTV System shall comprise

of fixed dome indoor cameras, PTZ

Page 239: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 238

cameras power supply units, monitoring

stations, Network video recorders, Hard

disk storage devices, Software and other

associated accessories.

It shall also include cabling, necessary for

installation of the system as indicated in

the specification.

System

Design and

Architecture

CCTV system should be designed such as

to cover the strategic locations and

sensitive areas of High-end cameras with

Night sense feature to be installed for this

outdoor application. All outdoor speed

domes and Fixed cameras shall be rugged

and shall be weather proof as per

specifications. The systems should utilize

only industry standard protocol.

General positioning of the cameras are in

the Entrance of Buildings, all entry doors,

security area, receptions, all the lift

lobbies, corridors, all exits, lobbies,

electrical rooms, server rooms & Racks

Rows, and external areas, DG area,

Transformer area, can monitored.

Interactive cameras can used in certain

areas, pan, tilt and zoom cameras shall

provide in critical areas that need to

observe in the event of some disturbance.

A digital IP-Surveillance system, images

from a network camera are digitized once

and they stay digital with no unnecessary

conversions and no image degradation due

to distance traveled over a network

The NVRs should allow for recording of

events both continuous and motion

triggered as per requirement and

recordings should be able to create

evidences and support post event analysis.

o All equipment and materials used shall

be standard components that are

regularly manufactured and used in the

manufacturer’s system

o All systems and components shall have

been thoroughly tested and proven in

actual use

Page 240: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 239

Dome

Camera

Specification

Image Sensor

1/2.8" Progressive

CMOS

Maximum

Resolution 1920 x 1080 (2MP)

Lens Type Fixed-focal

Focal Length f = 2.8 mm

Aperture F1.8

Field of View

113° (Horizontal)

63° (Vertical)

136° (Diagonal)

Shutter Time

1/5 sec. to 1/32,000

sec.

WDR Technology WDR Enhanced

Day/Night Yes

Minimum

Illumination

0.05 Lux @ F1.8

(Colour)

< 0.001 Lux @ F1.8

(B/W), 0 Lux with IR

illumination on

Pan Range 45°

Tilt Range 33° ~ 90°

Pan/Tilt/Zoom

Functionalities

ePTZ:

48x digital zoom

(4x on IE plug-in,

12x built-in)

IR Illuminators

Built-in 940nm IR

illuminators,

effective up to 6

meters with Smart

IR

On-board Storage

Slot type:

MicroSD/SDHC/SDX

C card slot

Seamless Recording

Video

Compression H.264 & MJPEG

Page 241: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 240

Maximum Frame

Rate

30 fps @

1920x1080

In both compression

modes

Maximum

Streams

4 simultaneous

streams

S/N Ratio 47 dB

Dynamic Range 70 dB

Video Streaming

Adjustable

resolution, quality

and constant bitrate

control

Smart Stream II

Image Settings

Time stamp, text

overlay, flip &

mirror; Configurable

brightness,

contrast, saturation,

sharpness, white

balance, exposure

control, gain,

backlight

compensation,

privacy masks;

Scheduled profile

settings, 3D noise

reduction, video

rotation, defog

Audio

Audio Capability One-way audio

Compression G.711, G.726

Interface Built-in microphone

Effective Range 5 meters

Network

Users

Live viewing for up

to 10 clients

Page 242: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 241

Protocols

IPv4, IPv6, TCP/IP,

HTTP, HTTPS, UPnP,

RTSP/RTP/RTCP,

IGMP, SMTP, FTP,

DHCP, NTP, DNS,

DDNS, PPPoE, CoS,

QoS, SNMP, 802.1X,

UDP, ICMP, ARP,

SSL, TLS

Interface

10 Base-T/100

Base-TX Ethernet

(RJ-45)

*It is highly

recommended to

use standard CAT5e

& CAT6 cables,

which are compliant

with the 3P/ETL

standard.

Intelligent Video

Video Motion

Detection

Five-window video

motion detection

VCA

Line crossing

detection, field

detection, loitering

detection

*Available per

project request.

Alarm and Event

Alarm Triggers

Motion detection,

manual trigger,

periodical trigger,

system boot,

recording

notification, camera

tampering

detection, audio

detection

Alarm Events

Event notification

using HTTP, SMTP,

FTP, NAS server and

SD Card

Page 243: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 242

File upload via

HTTP, SMTP, FTP,

NAS server and SD

card

General

Connectors

RJ-45 cable

connector for

10/100Mpbs

Network/PoE

connection

LED Indicator

System power and

status indicator

Power Input

IEEE 802.3af PoE

Class 2

Power

Consumption Max. 4.75 W

Dimensions As per OEM

Weight As per OEM

Safety

Certifications

CE, LVD, FCC Class

B, VCCI, C-Tick, UL

Operating

Temperature

Starting

Temperature: 0°C ~

50°C (32°F ~ 122°F

)

Working

Temperature: -10°C

~ 50°C (14°F ~

122°F )

Humidity 90%

System

Requirements

Operating System

Microsoft Windows

7/Vista/XP/2000

Web Browser

Mozilla Firefox 7~43

(Streaming only)

Internet Explorer

7/8/9/10/11

Included

Accessories

Page 244: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 243

Verifocal

Camera

Specification

Image Sensor

1/2.7" Progressive

CMOS

Maximum

Resolution 1920x1080 (2MP)

Lens Type Vari-focal

Focal Length f = 2.8 ~ 12 mm

Aperture F1.8 ~ F2.85

Auto-iris P-iris

Field of View

34° ~ 107°

(Horizontal)

19° ~ 56°

(Vertical)

39° ~ 133°

(Diagonal)

Shutter Time

1/5 sec. to

1/32,000 sec.

WDR Technology WDR

Day/Night

Removable IR-cut

filter for day &

night function

Minimum

Illumination

0.1 Lux @ F1.8

(Colour)

0.01 Lux @ F1.8

(B/W)

Pan/tilt/zoom

Functionalities

ePTZ:

48x digital zoom

(4x on IE plug-in,

12x built in)

IR Illuminators

Built-in IR

illuminators,

effective up to 30

meters with Smart

IR

IR LED*8

On-board

Storage

Slot type:

MicroSD/SDHC/SD

XC card slot

Page 245: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 244

Seamless

Recording

Video

Compression H.264 & MJPEG

Maximum Frame

Rate

30 fps @

1920x1080

In both

compression

modes

Maximum

Streams

4 simultaneous

streams

S/N Ratio 66dB

Dynamic Range 100dB

Video Streaming

Adjustable

resolution, quality

and bitrate, Smart

Stream

Image Settings

Adjustable image

size, quality and

bit rate; Time

stamp, text

overlay, flip &

mirror;

Configurable

brightness,

contrast,

saturation,

sharpness, white

balance, exposure

control, gain,

backlight

compensation,

privacy masks;

Scheduled profile

settings, 3D noise

reduction, video

rotation, defog

Audio

Audio Capability

Two-way Audio

(full duplex)

Compression G.711, G.726

Page 246: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 245

Interface

Built-in Microphone

External line input

External line

output

Network

Users

Live viewing for up

to 10 clients

Protocols

IPv4, IPv6, TCP/IP,

HTTP, HTTPS,

UPnP,

RTSP/RTP/RTCP,

IGMP, SMTP, FTP,

DHCP, NTP, DNS,

DDNS, PPPoE, CoS,

QoS, SNMP,

802.1X, UDP,

ICMP, ARP, SSL,

TLS

Interface

10 Base-T/100

BaseTX Ethernet

(RJ-45)

It is recommended

to use standard

CAT5e & CAT6

cables, which are

compliant with the

3P/ETL standard.

Intelligent Video

Video Motion

Detection

Five-window video

motion detection

VCA

Line crossing

detection, field

detection, loitering

detection

*Available per

project request.

Alarm and Event

Alarm Triggers

Motion detection,

manual trigger,

digital input,

periodical trigger,

Page 247: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 246

system boot,

recording

notification,

camera tampering

detection, audio

detection

Alarm Events

Event notification

using digital

output, HTTP,

SMTP, FTP, NAS

server and SD Card

File upload via

HTTP, SMTP, FTP,

NAS server and SD

card

General

Smart Focus

System Remote Focus

Connectors

RJ-45 cable

connector for

Network/PoE

connection

Audio input

Audio output

DC 12V power input

Digital input*1

Digital output*1

LED Indicator

System power and

status indicator

Power Input

DC 12V

IEEE 802.3af/at

PoE Class 0

Power

Consumption Max. 13 W

Dimensions As per OEM

Weight As per OEM

Safety

Certifications

CE, LVD, FCC Class

B, VCCI, C-Tick, UL

Page 248: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 247

Operating

Temperature

Starting

Temperature: 0°C

~ 50°C (32°F~

122°F)

Working

Temperature: -

10°C ~ 50°C

(14°F~ 122°F)

Network

Protocol

Ethernet RJ-45 (10/100Base-T)

Video

Compressio

n Format

H.264(MPEG-4 part

10/AVC), MJPEG

Resolution

1280x1024 /1280x720 /

1024x768 / 800x600 /

640x480 320x240

Max.

Framerate

1. H264

2. Motion

JPEG

1. Max 60fps at all

resolutions

2. 1280x1024 /

1280x720 / 1024x768:

Max. 15 fps

Video

Quality

Adjustment

1. H.264

2. MJPEG

1. Compression level,

Target bit rate level

control

2. Quality level control

Bitrate

Control

Method

1, H.264

2. MJPEG

1. CBR or VBR

2.VBR

Streaming

Capability

Multiple Streaming (Up

to 10 Profiles)

Audio I/O Mic(Line) in / Line out

(1Vrms), Built-in Mic.

Audio

Compressio

n Format

G.711 u-law /G.726

Selectable

G.726 (ADPCM) 8KHz,

G.711 8KHz

Page 249: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 248

G.726 : 16Kbps, 24Kbps,

32Kbps, 40Kbps

Audio

Communicat

ion

Bi-directional audio

IP IPv4, IPv6

Protocol

TCP/IP, UDP/IP,

RTP(UDP), RTP(TCP),

RTCP,RTSP, NTP,

HTTP, HTTPS, SSL,

DHCP, PPPoE, FTP, SMTP,

ICMP, IGMP,

SNMPv1/v2c/v3(MIB-2),

ARP, DNS, DDNS,

QoS, PIM-SM, UPnP,

Bonjour

Security

HTTPS(SSL) Login

Authentication Digest

Login Authentication

IP Address Filtering

Streaming

Method Unicast, Multicast

Max. User

Access 15 users at Unicast mode

Memory Slot

SD/SDHC/S

DXC

Motion Images recorded

in the SDX/SDHC/SD

memory card can

download.

Webpage

Language

: English

Voltage DC12V or 230 V AC PoE

(IEEE802.3af,Class3)

Consumpti

on As per OEM

Operating

Temperatur

e

10°C ~ +55°C (14°F ~

131°F)

Operating

Humidity Less than 90% RH

Page 250: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 249

Network

Video Record

NVR is a full-featured high-performance

H.265 NVR.

NVR equipped with 8 hard-drive bay design

provides for a storage capacity of up to

48TBs, offering greater than 30% ~ 50%

more recording capacity than systems

employing H.264 compression.

This ingenious NVR is equipped to carry out

remote management with a full range of

the server/client structures and thus

constitutes a robust system for diverse

applications.

NVR features well-built ONVIF compliance

and scalable configuration, with Central

Monitoring Software empowering users to

set up and manage advanced IP

surveillance systems with ease. NVR also

supports both remote and mobile access

via iViewer app, for both iOS and Android

handheld devices.

Key Features

H.265/H.264 Compression

Technology

16/32/64-CH Recording

Support HDMI, Display Port, VGA

and DVI Simultaneous Output

4/8 Hot-Swappable HDD Bays

Support RAID 0/1/5/6/10 Storage

Max Support up to 12TB HDD

Redundant Power

USB Interface

Inside (LiveClient/Playback)

Dual Lan Giga Network Ports

Graphics Decoder Software

decoding

Decoding Capacity H.265/H.264:

1920x1080 @ 270 fps (4Mbps)

ONVIF Open Platform

IP Camera Configuration and CMS

Integrated

Multiple Fisheye Dewarp Support

Multiple Video Search Modes

Safety Certifications CE, LVD, FCC,

VCCI, C-Tick, UL

Page 251: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 250

Cables

Power cable:

The Power Cable shall be Multicore 2 core

1.5 sq. mm PVC insulated and Shielded

cables.

Unshielded Twisted pair cable:

The unshielded twisted pair cable shall be

CAT5E/CAT6 for connection for Camera to

Switch/NVR, Server and LAN

10.5 Building Management System

Building Management System

Make

Model

S. No System Description Compliance

Yes/No

Remarks

General

Requirem

ent

The scope of this section comprises the

supply, installation, testing and

commissioning of BMS. BMS PCs including

hardware and software conforming to these

specifications and in accordance with the

schedule of quantities.

The BMS integration shall be done for the

following items:

Third party Integration Details:-

1. Precision Air Conditioning System

2. Electrical ACB and MCCB Breakers

3. Energy Meters

4. IP PDU’s

5. Floor PDU’s

6. UPS

7. DG

8. Safety and Security System

a. Fire Alarm System

b. Fire Suppression System

c. Rodent repellent System

d. Water Leakage detection

system(Panel Integration)

e. High Sesitivity smoke detection

system( Panel integration)

Page 252: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 251

f. CCTV (Hard Disk status,

recording status,NVR power

status)

General

requirem

ent

The Building Automation System (BAS) supplier

shall furnish and install a fully integrated

building automation system, wherein all the

services to be monitored and integrated are

distributed.

The BMS incorporating direct digital control

(DDC) for energy management, equipment

monitoring and HVAC control, suitable for the

building usage. The control strategies shall be

developed to ensure that specified

environmental conditions are maintained, whilst

giving due regard to minimizing of energy

consumption.

The system design shall utilize the latest

technology in “open” network architecture,

either LONWORKS or BACNET with distributive

intelligence and processing, and direct digital

control. The BMS system offered should be

from the latest offerings and should be freely

programmable management and automation

stations for the full spectrum of today’s building

application services.

Scope of

work

The BAS supplier shall provide new, latest

technology, high speed, network able,

interoperable, user friendly fully operational,

Lon works/ BACnet protocol Building

Management System

In the building operates the following utilities &

services to be integrated to achieve Monitoring,

control, scheduling, operational control,

maintenance, ease of operation, energy

conservation, & remote interface. The integrated

system network architecture

The DDC`s offered shall be intelligent type with

self-storage of data & expanded memory. The

BAS shall ensure that all critical / medium alarm

generation points of any one service not to be

linked to one DDC/PI. This shall avoid failure of

entire data of particular services in case of

failure of the corresponding DDC/PI.

Integration of open standards

Page 253: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 252

The System must be support the OPC

specification:

OPC Data Access

Energy efficiency and references to applicable

standards.

Energy efficiency class "A" as per EN 15232.

Standard EN15232 serves as the basis for

energy efficiency functions.

The system supplier must prove that the

functions are as described by the standard. This

tender was established based on Class A

criteria.

Energy efficiency monitoring and evaluation.

Management level

Visualize the quality state in the plant graphics.

Function

of

Building

Automati

on

System

The various functions that this system shall

perform are as follows:

The system shall ensure sequential and

automatic start/stop of the various air-

conditioning equipment based on time

schedule and ambient temperature.

It shall maintain design inside conditions,

within the specified limits, throughout the year.

It shall monitor the start/stop and faults of

units.

It shall duty cycle to provide equal run time for

all equipment and start the standby unit on a

similar unit failure.

It shall provide automatic start-up of standby

equipment in case of failure of operating unit

and indicate fault status of the biped unit.

All the equipment and ancillary materials shall

confirm in all respects to highest standard of

engineering, design and workmanship.

Hardware

The BMS PC shall comprise of windows based

function units necessary for full data

acquisition directly or through a gateway /

router, storing, visualizing and communication

with other providing high-level operator

interface with the system. The BMS PC shall

be provided with an operator interface with

Page 254: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 253

the facility for remote system Operation,

control, and retrieval/storage of logged data,

annunciation of alarms and reports. The BMS

PC shall support consistent archiving of

alarms, offline trend data, and data backup.

Software

The system offered shall be modular in

structure and freely expandable at any stage.

Each level of the system shall operate

independently of the next level up.

Management Level:

The head-end of management shall be BMS PC

stations and operation of the BMS PC shall

include process visualization, data analysis.

The system shall be open for vertical and

horizontal integration.

The management platform presents a single

point of entry for users to operate, monitor

and optimize building automation, fire safety

and security systems or a combination

thereof.

It shall be flexible, full client-server

architecture allowing scalability from small

and medium to large and complex systems.

The platform provides customizable- and

market-specific distributions.

It shall be installed on one single computer,

with full server and client functionality.

Furthermore, Installed, Web, and Windows

App Clients can also be added on separate

hardware. Additional system connections shall

be made through systems installed with Front

End Processors (FEP) configurations. Web

interfaces provide the customer an increased

flexibility for operation and future extensions,

e.g. mobile applications for tablets and smart

phones.

User shall be

o Graphically monitor and control the

system

o Visualize and treat events

o Directly navigate (with just one click) to

the triggering element of an event

Page 255: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 254

o Quickly navigate to custom operator

instructions and graphical display of

event locations

o Ensure that the facilities

remain productive and easy to use

o Achieve optimal energy and equipment

performance

o Store and retrieve alarm system activity

data

o Distribute monitoring and control

capabilities across a network of BMS

management platform

o Provide Operating Procedure checklists

to guide the operator under stress

conditions and during the treatment of

life safety events

o Extend the system by adding additional

disciplines

o Access the system via web at any time

and from anywhere

o Send out automatic remote notifications

(RENO) through e-mail

o Deliver reliable, effective and targeted

emergency messages at the push of a

button

Network:

o The system configuration shall facilitate

the current network to be expanded in

future at locations designated by the

user.

o Central management of user-specific

information such as passwords and

protected access to data and programs

shall thus be made easily possible. The

management system shall also support

software updates and changes in the

project data.

Remote

Managem

ent

The BAS software shall support Remote

Access management.

Automati

on Level

The level at which, the actual processing takes

place is based on the logic written on the DDC.

The processes are carried out at the DDC

Page 256: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 255

controllers for autonomous control (all

controls functions are independent of the

network/other DDC’s). All DDC’s are with 32

bit technology

DDC

Program

ming

Software

The software shall be a graphically

programming tool. It enables user to make the

function diagrams, to parameter, commission

all the automation stations and to change the

parameters while the system is in operation.

The programming tool shall be a windows

based for convenience.

Managem

ent Level

Management level requirements

All information comes together at the

management level. The management level is

the graphical, interactive interface for the

operator to the automation station and the

integrated plants and plant parts.

The operator can display, query, process,

save, or print any plant information via the

peripheral units at the management level.

System operation shall be simple, i.e. dialog-

driven. The plants are displayed in synoptic

images and the values and states are

presented and displayed dynamically. Special

programs are used for higher control,

optimization functions, maintenance and

energy management.

Operating system for building

automation and control system

All data servers, operator workspaces etc. for

the building automation and control system

shall be compatible with the current, common

64-bit Windows operating system.

Data exchange via various subsystems

If several subsystems are used, various data

shall be exchanged between the automation

stations (outside temperature, demand and

coordination signals, etc.)

Automate recurring tasks

The building automation and control system

shall take care of recurring tasks to lower the

operator's workload. This includes, for

Page 257: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 256

example, cyclical report generation triggering,

plant release at various conditions, or

automatic adjustment of set points or alarm

limits.

Designed for use with fire life safety

systems (UL certified)

The management station shall have passed

performance and environmental tests by the

Underwriters Laboratories (UL). To combine

the comfort and fire life safe system, the

management station shall provide all the

relevant functions:

Visualize and treat events

Graphically monitor and control the life safety

system

Know where to start as highest priority events

are highlighted.

Directly navigate to the triggering element of

an event.

Quickly navigate to custom operator

instructions and graphical display of event

locations.

Store and retrieve fire alarm system activity

data.

Distribute fire monitoring and control

capabilities across the network of the

management stations.

Provide Operating Procedure checklists to

guide the operator, under stress conditions,

during the treatment of life safety events.

Send out automatic remote notification of

responders through email.

View and schedule automatic history reports.

Operating system for building

automation and control system

All data servers, operator workspaces etc. for

the building automation and control system

shall be compatible with the current, common

64-bit Windows operating system.

Page 258: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 257

User

Profiles

o Plant overview

o Individual views

User

privileg

es

The building automation and control system

shall allow users to define, change, or delete

predefined reactions as per their user

privileges

Graphics

Operator interface to CAD system

The operator interface shall allow users to

access the various system schematics and

floor plans via a graphical penetration scheme,

menu selection, point alarm association.

Graphics software shall permit the importing

of CAD symbol, or scanned pictures for use in

the system.

Operati

ng

messag

es

Operating messages shall be able to be

displayed and evaluated at the management

level. Graphics shall be capable of displaying

the status of points that have been overridden

by a local priority switch, for points that have

been designed to provide a field local priority

override capability.

Navigati

on

The navigation through various graphic

screens shall be optionally achieved through a

hierarchical “tree” structure. Graphics viewing

shall also include dynamic pan zoom

capabilities and include the ability to switch

between multiple layers with different

information on each layer.

Continu

ous

update

and

display

Measured values, set points, user settings,

and alarms shall be displayed immediately and

continuously. State changes shall be indicated

via symbol, e.g. using animation or changing

the colour, in general, however, graphic

presentation, or text.

Schedule

Programs

Management via central scheduler programs

Operate all scheduler programs online from

the management level to achieve consistent,

transparent operation of all integrated

systems and subsystems.

o Scheduler program

o Scheduling and override

o Scheduler program types

Page 259: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 258

o Customized calendar

Building automation and control system

operation

Multiuser-System with online services

Create calendar online

Calendar programs shall be able to be

remotely created online to provide service

personnel a high level of flexibility.

Create scheduler online

Scheduler programs shall be able to be

remotely created online to provide service

personnel a high level of flexibility.

Online creation of offline trends

Trends, that also trend offline, shall be able to

be remotely created online to provide service

personnel a high level of flexibility.

Multiple, concurrent users

Multiple users shall be able to work

concurrently on various workspaces on the

building automation and control system for

efficient and comprehensive work. Plants shall

simultaneously be analyzed and e.g.

monitored or operated via a remote station.

Windows authentication

The building automation and control system's

password administration shall be consistent

with the customer's IT guidelines. In other

words, corporate customer guidelines shall

also apply to the building automation and

control system. As a result, password

administration and related properties shall be

equal to standard Windows login and shall

"follow" the operator to any workstation

logged onto.

The BMS shall have the following,

o Alarm handling

o Alarm generation

o Message handling

o Alarm routing

o Alarm message escalation list

Page 260: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 259

Events

Event management

Event Routing and sorting

Event Routing shall allow the user to send

event notification to selected printers or

workstation location(s) based on event

severity, or point type. The List shall have the

ability to list and sort the events based on

event status, point name, ascending or

descending activation time.

Event Notification

Event Notification shall be presented to each

workstation in a tabular format application,

and shall include the following information for

each event: name, value, event time and

date, event status, priority, acknowledgement

information, and alarm count. Each event shall

have the ability to sound an audible

notification based on the category of the

event.

Event acknowledge

Directly from the Event List, the user shall

have the ability to acknowledge, silence the

event sound, print, or erase each event. The

interface shall also have the option to inhibit

the erasing of active acknowledged events,

until they have returned to normal status. The

user shall also have the ability to navigate to

all information related to a selected point in

order to command, launch an associated

graphic or trended graphical plot, or run a

report on a selected point directly from the

Event List.

Report

Generatio

n

Report generation

The system shall spontaneously (snapshot)

generate predefined reports (real-time and

historical data) to provide vital plant data at

any time. These reports shall be printable or

exported to third-party spreadsheet software

and as PDF file. The data shall be editable in

other programs (Microsoft Excel, or Microsoft

Access) for further analysis.

o Standard report templates

o Customized report templates

Page 261: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 260

Remote

operatio

n

Operating options

General requirement for operating

The Web based interface shall provide the

same functionalities as those available at any

other workstation, including operation and

configuration capabilities. All operator

interface functions shall be available in clients

running in a browser, installed client console,

or Windows desktop app.

Via web

browser

Users shall be able to remotely operate and

engineer plants regardless of location with the

same user interface. This openness, of course,

may in no way impact plant safety. The client

shall run in a browser as a Full Trust client

application

Dedicat

ed

Desktop

Installe

d client

Users shall be able to remotely operate and

engineer plants regardless of location. This

openness, of course, may in no way impact

plant safety. The client shall run as a fully

installed software installation that can

lockdown desktop space and prevent the

ability for the software to be minimized or

covered by other applications.

System

Design

As a decentralized module with autonomous

intelligence, the system controller shall be

able to process, store and handle a large

volume of data. In this way all the demands

placed on an advanced control and

management system shall be met in full.

Communi

cation

Level

The controller of the BAS shall be an intelligent

module that can be operated autonomously

and should not need to be supported/located

centrally.

The DDC controller shall co-ordinate the flow

of data in both directions; it shall be

responsible for the communication upwards to

the management station, on the same level

with other system controllers and downwards

via the interface to the locally operating DDC

modules.

The

Data

The interface transmits and receives data both

via the DDC bus and via the trunk bus of the

System controller.

Page 262: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 261

Exchan

ge

The tasks of the interface shall include:

Processing the installed DDC data points.

Converting local system controller addresses

into physical DDC module addresses.

Monitoring topology and DDC bus

communication.

Optimizing communication between the

interface and the system controller.

Synchronizing date, time and daylight savings

time adjustments in the interface and the DDC

modules

Third

Party

system

protocol

gateway

BMS protocol gateway is a protocol translator

between Serial-Serial, Serial-Ethernet devices

Using MODBUS RTU, MODBUS TCP, BACnet

MSTP, BACnet IP, SNMP, Lonworks protocol.

DDC

Controller

DDC CONTROLLERS

The Distributed direct digital control (DDC)

system shall be designed with functions

distributed both physically and functionally

over the field controllers.

The DDC’s shall be true autonomous with

peer-to-peer communication and shall have

minimum the following features. In case of

systems using master / slave

communications, the master shall be

redundant.

Inbuilt memory for viewing any historic

database at least for 1MB of data in each

controller. Parameters like various

temperatures, RH, pressure and any other

stipulated parameters should be possible for

storing within each controller and shall be

available for viewing/uploading in the event

central system is switched off or the

communication network is under

maintenance. (Storing of buffer database at

other locations other than individual DDC is

not acceptable).

Provision shall be available for connecting

laptops or PC or portable operator terminal

directly to DDC for any detailed evaluation

locally in the AHU room for any exigency.

Page 263: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 262

The autonomous controller for each unit shall

be with EPROM chip of required capacity with

function blocks for performing required closed

loop and open loop (interlocks) functions at

the various locations shall be a part of the

controller. The controller shall be housed in

proper enclosure, providing all required data

acquisition, processing capability as required.

The controllers shall be completely wired and

all interface relays required for interfacing to

external system like MCC etc. should be

provided.

Autonomous DDC Controllers shall be able to

access any data directly to any other DDC

Controllers or combination of controllers on

the network without dependence upon a

central processing device. Autonomous DDC

Controllers shall work without dependence

upon a Process Data Manager.

The DDC controllers shall be chosen with

minimum amount of I/O points (including

spares as mentioned in the I/O list) as

required in the I/O schedule, expansion of

I/Os shall be possible either by modular

expansion with low I/O density expansion

modules, or in rack execution with plug-in

cards. The selection of DDC controller shall be

as per I/O schedule and the quantity of DDC

controller shall be as in the BOQ given hear in

the specification no deviation shall be

expectable.

Functions

It shall be possible to set the parameters and

structure the application programs by using a

graphic and element oriented programming

language.

For generation of the application programs,

the following function elements are required

o Arithmetic operations

o Logic Operations

o Comparison Operations

Room

Temperat

ure & RH

Sensor:

Room Temperature & RH Sensor:

Sensing Element : LG-NI1000/PT

1000/NTC 10k(Temperature), capacitive

sensing element(Humidity)

Page 264: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 263

Range of Use : 0...50 °C/ − 35...+ 35 °C / −

40…+70 °C (Temperature), 0…100 % r.h

Degree of protection : IP 30 as per IEC

60529

Output Signal : DC 0...10 V (For

Temperature & Humidity)

Power supply : AC 24 V ± 20 %,

50/60 Hz

Accuracy : ± 0.8 K(15...35

°C), ± 3 % r.h (30...70 % r.h)

Approval : CE, UL 873,C-

Tick

Environmental conditions

Temperature : -15...50 °C

Humidity : <95 % r. h.

Approvals

The system shall have proper listing and/or

approval from the following nationally

recognized agencies:

UL Underwriters Laboratories Inc

Identifica

tion of

Hardware

and

wiring

o All wiring and cabling, including that

within factory-fabricated panels shall be

labelled at each end within 2" of

termination with a cable identifier and

other descriptive information.

o Permanently label or code each point of

field terminal strips to show the

instrument or item served.

o Identify control panels with minimum 1-

inch letters on nameplates.

o Identify all other control components

with permanent labels. Identifiers shall

match record documents.

o Identify room sensors relating to

terminal box or valves with nameplates.

Program

ming

o Provide sufficient internal memory for

the specified control sequences and

trend logging.

o Point Naming: System point names shall

be modular in design, allowing easy

operator interface without the use of a

written point index.

Page 265: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 264

o Define the point naming nomenclature

for above coordinate with

Software Programming

o Provide programming for the system as

per specifications and adhere to the

strategy algorithms provided. The HVAC

Control System Contractor shall also

provide all other system programming

necessary for the operation of the

system but not specified in this

document. Imbed into the control

program sufficient comment statements

to clearly describe each section of the

program. The comment statements

reflect the language used in the

sequence of operations.

Switchboard, PDU Breaker Monitoring:

o The BMS shall monitor and display a

ON/OFF and Tripped Status via volt free

contacts for all breakers

Spare Capacity:

o The Contractor shall provide 10% spare

control points of each type in the form of

universal input/output contacts and

supporting software capacity at each

outstation. Each Floor network shall

have the capacity of a 10% increase in

the number of nodes on that floor

without introduction of further networks.

The Contractor shall also provide 2 spare

Port at each TCP/IP Hub or Switch if

applicable to allow future BMS network

expansion.

Alarm Monitoring

o Alarms shall be initially separated into 3

priority levels as follows:

o Critical Alarms (High) –Critical Alarms

including: Critical Switchboard Breaker

Tripped Statuses, Out of Limits

Temperature/Humidity in building critical

areas.

o Medium Alarms– Plant Alarms including

Ventilation system failures, Sensor

Failures, Common Faults on all non-

critical circuits.

Page 266: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 265

o Maintenance Alarms (Low) –

Maintenance Alarms including Out of

Limits Temperature/Humidity in non-

critical areas.

The BMS vendor shall ensure all alarm

definitions as per priority given by Client

The system shall have all necessary interface

modules to allow connection on the Clients IT

Field

quality

control

o All work, materials and equipment shall

comply with the rules and regulations of

applicable local, state, and federal codes

and ordinances as identified in Part 1 of

this Section.

o Contractor shall continually monitor the

field installation for code compliance and

quality of workmanship. All visible piping

and/or wiring runs shall be installed

parallel to building lines and properly

supported.

o Contractor shall arrange for field

inspections by local and/or state

authorities having jurisdiction over the

work.

Installatio

n

Requirem

ent

o Install all control components in

accordance with manufacturer's

instructions and recommendations.

o If the controls contractor is responsible

for providing the damper then provide

mixing dampers of parallel blade

construction arranged to mix streams.

Provide separate minimum outside air

damper section adjacent to variable

outside air damper.

o Mount control panels adjacent to

associated equipment on vibration-free

walls or freestanding angle iron

supports. One cabinet may

accommodate more than one system in

same equipment room. Provide

nameplates for instruments and controls

inside cabinet and nameplates on

cabinet face.

o After completion of installation, test and

adjust control equipment. Submit data

showing set points and final adjustments

of controls.

Page 267: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 266

o Install equipment, piping, wiring/conduit

parallel to building lines (i.e., horizontal,

vertical, and parallel to walls) wherever

possible.

o Provide sufficient slack and flexible

connections to allow for vibration of

piping and equipment.

o Verify integrity of all wiring to ensure

continuity and freedom from shorts and

grounds.

o All equipment, installation, and wiring

shall comply with acceptable industry

specifications and standards for

performance, reliability, and

compatibility and be executed in strict

adherence to local codes and standard

practices.

Testing

Upon completion of the installation, Contractor

shall start-up the system and perform all

necessary calibration and testing to ensure

proper operation of the project control systems.

Schedule a hardware demonstration and system

acceptance test in the presence of the

Contracting Officer and/or the Engineer. The

acceptance testing is defined as demonstrating

the sequence of operation as indicated in the

drawings. The hardware demonstration is

specified in this Section. The Contractor shall

perform all tests prior to scheduling the

acceptance test and hardware demonstration to

insure the overall system is ready for inspection

and observations.

Commissi

oning

The BMS specialist shall be responsible for the

full commissioning of his system and any other

controls equipment supplied by him.

All safety interlocks, overrides and fail-safe

conditions are to be operational prior to starting

the plant. Demonstrate as agreed with the

engineer prior to starting plant in BMS auto

mode.

Fault conditions for all critical alarms, safety

devices and control interlocks shall be simulated

and proved effective as soon as practical once

BMS control mode is selected.

Page 268: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 267

Sensors shall be checked to ascertain accuracy

within limits, pressure switches checked for

switch points and hysteresis. Humidity sensors

shall be checked for accuracy using a wet/dry

bulb thermometer.

Acceptan

ce

Demonstr

ation

The BMS specialist shall give seven day’s notice

to the Consultant of his intention to provide the

acceptance demonstrations once the commis-

sioning is complete.

Documen

tation

Submit the following according to conditions of

Contract and Specification sections. In addition,

provide the following:

1. Product data on all components used to meet

the requirements of the specifications such as

enclosures, network transceivers, XIF

documentation, configuration parameter

options, mounting details, power supplies, etc.

2.Software documentation regarding the

proposed PC operating system, third party

utilities and application programs, and the

proposed application program for the Control

Units.

3. Submit 2 sets of submittals for review

Shop Drawings

The controls contractor shall submit AutoCAD or

Visio generated schematic drawings for the

entire control system for review and approval

before work shall begin.

Included in the submittal drawings shall be a

one-page diagram depicting the complete

system architecture complete with a

communications riser.

Drawings shall include point-to-point wiring

diagrams and must show all temperature

controls, start-stop arrangement for each piece

of equipment, equipment interlocks, wiring

terminal numbers and any special connection

information required for properly controlling the

mechanical equipment. The submittal shall

include a bill of material reference list as well as

equipment sequences of operation.

Close-Out Documents

Page 269: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 268

o Submit final copies of the shop drawings

outlined in paragraph B above. These

final submittals shall reflect all field

modifications and change orders

required to complete the installation.

o Three complete sets of documents

located in a Spiral Bound notebook and

organized by subject with divider tabs.

Handover

Submit 3 sets of operation and maintenance

manual in accordance with requirements of the

Specifications.

Include the following documentation:

Network Management Software User Manual

specific to each tool package provided.

Maintenance Instructions: Document all

maintenance and repair/ replacement

procedures. Provide ordering number for each

system component, and source of supply.

Provide a list of recommended spare parts

needed to minimize downtime.

Documentation of network variables, network

node configurations, priority interrupts node

binding, addressing structure, etc.

Training

o All training shall be by the Building

Controls Contractor and shall utilize

specified manuals, as-built

documentation, and the on-line help

utility.

o Operator training shall include four initial

eight-hour sessions. The initial operator-

training program shall be to establish a

basic understanding of Windows based

software, functions, commands, mouse,

etc. The training shall encompass as a

minimum:

Page 270: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 269

BMS I/O Summary:

S.

No.

BMS IO SUMMARY Remarks QTY

Software

point

DDC at Second Floor

1

PAC (20 Soft Points

considered for each PAC

Unit ) on MODBUS RTU

PROTOCOL./ Modbus

TCP/IP

PAC Units supplied by PAC vendor with

Modbus interface for integration with IBMS

software and MODBUS RTU License has

been considered by IBMS vendor

18 360

2 PDU (5 points/Devices)/

Modbus TCP/IP

PDU Units supplied by Electrical vendor

with Modbus interface for integration with

IBMS software and MODBUS RTU License

has been considered by IBMS vendor

100 500

3

Server rooms. - Cold Aisle Temperature

and RH (Room Temperature and RH) Phase

-1 only considered

5

4 Intelligent Fire Alarm

System Software Integration with BMS 1 100

5 VESDA/Aspiration

System -Status Hard wire Interface 4

6 Access Control system Software Integration with BMS 1 45

7 Water Leak detection

Panel Integration Software Integration with BMS 3 50

8 Gas release Status Hardware interface with DDC/FAS 18

Total 1055

SR.

No.

DDC at Basement

Floor Remarks QTY

Software

point

1 Breaker status

Potential Free Contact to be provided by

Breaker Vendor.(Breaker On/off Status and

Trip Status)

50

2 Energy Monitoring (15

points/Devices)

EM Units supplied by Electrical vendor with

Modbus interface for integration with IBMS

software and MODBUS RTU License has

been considered by IBMS vendor

50 750

3

UPS ( 15 Soft Points

considered for each Unit

) on MODBUS RTU

PROTOCOL./ Modbus

TCP/IP

UPS supplied by Electrical vendor with

Modbus interface for integration with IBMS

software and MODBUS RTU License has

been considered by IBMS vendor

6 90

Page 271: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 270

4 Filed sensor- Temp &

Rh

Electrical & battery rooms. (Room

Temperature and RH) 5

5 Filed sensor- H2 sensor Battery Room(H2 sensor) 1

Total 840

SR.

No. DDC at DG Location Remarks QTY

Software

point

1

DG (15 Soft Points

considered for each

Unit) on MODBUS RTU

PROT OCOL. Or Modbus

TCP/IP

DG supplied by DG vendor with Modbus

interface for integration with IBMS

software and MODBUS RTU License has

been considered by IBMS vendor

4 60

2 Diesel Level Monitoring Level Switch for Diesel tank + HSD tank

and provided by IBMS vendor. 4

Total 60

Total Soft Points

1955

Total Hard Points

155

Total IBMS Points 2110

Page 272: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 271

10.6 Rack and PDU

10.6.1 Rack

Rack &PDU

Make

Model

S. No System

Description

Compliance

Yes/No Remarks

1 Server/Network

rack

Server rack size :Minimum 600 X

1000 mm

Network rack size :Minimum 800 X

1000 mm

In Server room 1, all the server racks

should have 2 numbers of 32 amps IEC

socket. Each socket should place

bottom of the rack but it should not

disturb for cable entry.

Network room & ISP room and HDA

rack should have two numbers of 16

amps IEC socket.

Bottom of the rack should have kold

lock brush on floor tile to allow the

power cable and also to ensure the air

tightness for all the racks.

Each rack should have two numbers of

rack PDU. The contractor should

supply require accessories for

installation of the two PDU inside the

rack.

The PDU must be zero U PDU and it

should support TCP/IP for integration.

In PDU each branch circuit must be

monitored by monitored software.

The contractor should provide require

software and PC etc

Size: Server rack: min 600 X 1000 X

2000 MM rack, 42 U, 2 X 32 A Rack

PDU with 2 number of temperature

sensor

Network Rack: min 750/800 X 1000 X

2000 MM rack, 42 U, 2 X 16 A Rack

Page 273: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 272

PDU with 2 number of temperature

sensor

Perforated front door with curved

profile:

o Minimum 63% open Perforated

front and rear doors provide

ample ventilation for servers and

networking equipment.

Equipment mounting rails integrate

with patch cabling systems:

o Equipment mounting rails include

zero U mounting holes beside the

EIA 19" mounting space that allow

the installation of Data

Distribution Cable (DDC) patch

systems without taking up any

critical equipment U-space.

Eyebolt support integrated into

enclosure frame:

o Integrated eyebolt holes at the top

of the enclosure frame allow the

enclosure to be lifted for

movement and enclosure

placement using eyebolt-lifting

mechanisms.

Easily removable cable access roof:

o Roof can be removed with simple

pull-pin hinges for access during

equipment installation or even

with cabling already in place and

routed through the cable

openings. Once removed the roof

is reversible to reposition the

larger cable openings for power

distribution plugs and connectors

or roof as per OEM however the

roof panel shall have sufficient

cable entry knock out to enter the

fibre and copper cables

Half-height/ full height quick release

side panels reduce size and weight for

Page 274: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 273

easy handling and access to

equipment.

Side panels are lockable utilizing a

single key with the doors.

Split rear doors

Structural stability:

o It should support 1250 - 1500

Kg Approximately.

o It should support minimum

rolling load of 1000 Kgs

Approvals

o UL certified

o RoHS

Mounting Angle:

o Two Pairs of 19" Mounting

Angles with U marking

Standards and Materials

o Dimensions conform to EIA-

310E, IEC-60297-2

o Textured black RAL 9005

o Designed and Manufactured

under ISO 9001 : 2008

o All materials RoHS compliant.

Captive hardware (pack of 20).

10.6.2 PDU (32 A & 16 A)

`

PDU

Make

Model

S. No System Description

Compliance

Yes/No

Remarks

6.2.1 o IP based Rack mount ,Metered, Zero U,

32A, 230V, Min. (18) C13 & (6) C19

sockets or more

o IP based Rack mount PDU, Metered,

Zero U, 16A, 230V, (18) C13 & (2) C19

sockets or more

Page 275: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 274

o IP PDU should support Strip Level

metering

o IP PDU should support 1Ph, 230V 32A

input current rating with connector type

IEC60309, PDU input breaker not required

o IP PDU should have standard hydraulic

Magnetic circuit breaker

o IP PDU should have metering accuracy

like +/-0.2A, +/-0.3V.

o IP PDU should provide monitoring

Current, Voltage, KW, Kwh, KVA, PF,

Load%,

o IP PDU should have

Temperature/humidity sensor port on PDU

to connect to a Temperature/Humidity

sensor probe

o Each rack should have two sensors,

one placed in front side and another

sensor placed in read side of the rack

o IP PDU should have local display and

well-defined UI on web for monitoring and

management

o IP PDU should have alarm and outlet

status LED

o IP PDU should support onboard data

log, Threshold setting, Alerting features

o should allow cycling display to Switch

the data display of current /Voltage /IP

/ID and operation on ID address setting

o IP PDU should support SNMP, HTTPS,

DHCP

o IP PDU should have one 10/100mb

Ethernet port and sensor ports

o The Operating temperature should be -

20 to +55 deg C.

o It should comply with CE (Europe),

o RoHS and safety standards like EN

60950-1:2006+A11:2009+A1:2010+A,

12:2011+A2:2013,

o EMC standard: EN 300 386

V1.6.1:2012.

o IP PDU should be firmware upgradable.

o IP PDU should have locking IEC

receptacle and locking power cord

compatibility

o It is desirable to have IP PDU & Racks

from Same OEM or else the proposed

Page 276: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 275

components should be compatible with

each other.

o Each rack should have two PDU

o The color of PDU, Rack & Sensor

should be same and preferable color is

black

o The Powder coating process should be

ROHS compliant

Page 277: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 276

10.7 Fibre and Copper Cabling

The basic elements of the data centre cabling system structure

STPI wishes to build a state-of-the art data centre in compliance to the TIA – 942 standard

requirements.

The basic elements of the data centre cabling system structure as per TIA-942 standard are

the following:

Horizontal cabling

Backbone cabling

Cross-connect in the entrance room or main distribution area

Main cross-connect (MC) in the main distribution area

Horizontal cross-connect (HC) in the telecommunications room, horizontal distribution area

or main distribution area.

Entrance room requirements

The entrance room is a space, preferably a room, in which access provider-owned facilities

interface with the data centre cabling system. It typically houses telecommunications access

provider equipment and is the location where access providers typically hand off circuits to

the customer. This hand-off point is called the demarcation point. It is where the

telecommunications access provider’s responsibility for the circuit typically ends and the

customer’s responsibility for the circuit begins.

For a Data centre as required for STPI, there has to be two Entrance rooms separated at least

20 mtrs apart. The rooms are identified as POI rooms on second floor.

Horizontal distribution area

The horizontal distribution area (HDA) is the space that supports cabling to the equipment

distribution areas. The LAN, SAN, console, and KVM switches that support the end equipment

are also typically located in the horizontal distribution area. The main distribution area may

serve as a horizontal distribution area for nearby equipment or for the entire computer room

if the computer room is small.

Typically, for STPI, HDA would be located at end of each row. Minimum 2 network racks have

been considered for HDA equipment’s and cross connects.

Equipment distribution areas

o The equipment distribution areas are spaces allocated for end equipment, including

computer systems and communications equipment. These areas do not include the

telecommunications rooms, entrance rooms, main distribution area, and horizontal

distribution areas. The end equipment is typically floor standing equipment or equipment

mounted in cabinets or racks.

o Horizontal cables are terminated in equipment distribution areas on connecting hardware

mounted in the cabinets or racks. Sufficient power receptacles and connecting hardware

should be provided for each equipment cabinet and rack to minimize patch cord and power

cord lengths.

Page 278: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 277

o Point-to-point cabling is permitted between equipment located in the equipment

distribution area. Cable lengths for point-to-point cabling between equipment in the

equipment distribution area should be no greater than 15 m (49 ft.) and should be between

equipment in adjacent racks and cabinets in the same row.

o There might be instances where no space would be provided inside the server / equipment

racks to mount the cross connect hardware’s. Proper design have to be proposed to mount

panels outside of the 19” rack frame, in such installations.

Brief Design Description:

o In data centre, there are two service provider room each consist of two rack. Phase -1 one

rack and phase -2 one rack. Hereafter this room refereed as POI room.

o There are two communication room, each room consist of three racks. All the three rack

are in phase -1. Hereafter this referred as MDA.

o There are three-server room. Server room 1 consider in phase 1 and server room 2 & 3

consider in phase 2 &3.Each server room consist of server rack and network rack. Hereafter

server rack referred as EDA, and network rack referred as HDA. Please refer the layout for

number of rack

Design parameters:

o POI to MDA

a. 24 Copper

b. 48 core fibre

o MDA to HDA

a. 12 Copper

b. 24 core Fibre

o HDA to EDA

a. 6 copper

b. 12 Fibre

o MDA to MDA

a. 24 Copper

b. 48 core Fibre

Note: Refer the structured cabling SLD

10.7.1 Fibre Cable

Fibre Solution -Non Intelligent

Make

Model

S. No System Description Compliance

Yes/No

Remarks

1 Data

Centre

1. In data Centre there are two service

provider room each consist of two rack. Phase -

Page 279: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 278

1 one rack and phase -2 one rack. Hereafter this

room refereed as ISP room.

2. There are two communication room, each

room consist of three racks. All the three rack are

in phase -1. Hereafter this referred as MDA.

3. There are three server room. Server room

1 are consider in phase -1, and server room 2 &

3 consider in phase 2 & 3.Each server room

consist of server rack and network rack.

Hereafter server rack referred as EDA, and

network rack referred as HDA. Please refer the

layout for number of racks

2 Design Design parameters:

o POI to MDA

a. 24 Copper

b. 48 core fibre

o MDA to HDA

a. 12 Copper

b. 24 core Fibre

o HDA to EDA

a. 6 copper

b. 12 Fibre

o MDA to MDA

a. 24 Copper

b. 48 core Fibre

Function

al

Require

ment

All the cables and patch cables, for copper and

fibre, to be used inside the DC areas shall be

LSZH rated to minimize fire hazards and reduce

carbon footprint.

For the fibre cabling pre-terminated trunk cables

to be used between HDA, MDA and equipment

racks to enhance the fibre cable density across

the DC halls.

Factory fitted pre-terminated cables reduce

installation time, reduces losses due to poor

termination at site, and enhances better air-flow

and power management within the DC.

Pre-terminated cabling shall be 100% factory

tested and shall be equipped with plug-n-play

type interfaces.

Using pre-terminated cabling enhances the

modularity, scalability and reusability factor of all

the fibre components within the DC, which

otherwise is very difficult to manage.

Page 280: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 279

All components to be used shall be ROHS

compliant.

4 Fibre o MPO-MPO / LC Trunk Cable or Patch lead,

Female/Male, 12-fibre, Straight/cross, 50/125

OM4

o Factory pre-terminated cable assemblies with

high density MPO connectors at both ends

compliant with TIA/EIA 942, ISO/IEC 24764 and

EN 50173-5 data Centre standards

o Loose tube cable construction with Round

jacket/Double jacketed/ Armored cable and

LSZH outer sheath

o Fibre cable shall be Bend Insensitive

Multimode type (BIMM)

o Core diameter - 50/125 um (OM4)

o Trunk Cable Outer diameter – 3 to 6 mm

o Patch lead diameter – 3.2 mm

o Connector: Color - Beige / as per OEM

o Thermoplastic Ferrule

o Fibre path configuration – straight /Cross

o Available in lengths from 2 up to 300 m

o Connector(s) Exit Angle to Connector(s) Exit

Angle = 180° to 180° /As per EIA standard

o Attenuation <= 0.15 to 0.35dB, Random

mated at 850nm

o Return Loss Return Loss >= 20 Db to 28 Db

o ROHS/ELV Compliant

Should be covered by 25 years warranty

5 24 Fibre

LC type

MPO

Cassette

, OM4

o Pre-terminated cassettes with 2 MPO trunk

connections (2 x 12 fibres) at rear

o 6 x LC Quad (24 fibres) connection in the front

o Component should be compliant with TIA/EIA

942, ISO/IEC 24764 and EN 50173-5 data centre

standards

o Attenuation <= 0.15 to 0.35 dB, measured at

850nm

o Return Loss >= 25 DB to 27dB,

o Connector(s) Exit Angle to Connector(s) Exit

Angle = 45° to 180° / as per EIA standard

o Panels accept up to 4 cassettes achieving up

to 96 fibre connections on 1U

Page 281: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 280

o Must be ROHS/ELV Complaint

o Should be covered by 25 years warranty

6 LC-LC

Multimo

de

50/125

micron

Duplex

Patch

Cord,

OM4,

1,2 &3

Meter

o LC to LC Duplex Fibre Optic Patch Cord 3 Mtr

50/125 Micron OM4

o LSZH outer sheath, Jacket colour – Aqua/as

per OEM

o Cable diameter - 1.8 mm twin zip

o Ferrule type – Ceramic

o Buffer type - 0.9 mm easy strip

o Insertion Loss: MAX .3 dB

o Return Loss: > 30 dB

o Temp Rating: Minus -10 Degree C to +60

Degree C

o ROHS/ELV Compliant

o Should be covered by 25 years warranty

The bidder shall propose 40 % of patch cord for

fulfill day 1 requirement

7 19"

unloaded

Patch

Panel

o 19” 1U unloaded panel suitable for mounting

up to 4 no’s of pre terminated cassettes. Should

be able to support fibre cassettes.

o Panel/Cassette should be available in angled

and/or flush mount versions

o Should be equipped with rear cable manager,

grounding bolts and labels

o Must be ROHS complied

o Should be covered by 25 years of warranty

Unloaded panels should be of high density to

accommodate at least 32 no’s of 10G copper

ports and/or 96 cores of 10G fibre

10.7.2 Copper Cable

Copper Solution –Cable

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Page 282: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 281

Type 23 AWG solid bard copper, Unshielded Twisted

4 Pair, Category 6A, confirming to TIA 568.C.2,

Class EA - ISO/IEC 11801:2002

Conduct

ors Solid bare copper 23 AWG

Jacket LSZH jacket complying to:

EU Directive 2011/65/EU (ROHS II)

IEC 60754-1

IEC 60754-2

IEC Flame Test: 60332-1

ETL Test Report to be submitted for 3 & 4

Connector Channel

Suitable

Applicati

ons:

Premise Horizontal Cable, 10 Gigabit Ethernet,

100BaseTX, 100BaseVG ANYLAN, 155ATM,

622ATM, NTSC/PAL Component or Composite

Video, AES/EBU Digital Audio, AES51, RS-422,

Noisy Environments, PoE

Guarant

eed

Bandwid

th 500 Mhz for 100 MT Channel

Packing Box of 305 meters

Delay

Skew

45 ns @ 100M

Bend

Radius

(Operati

on/Instal

lation)

29 / 58 mm

Maximu

m

Conduct

or DC

Resistan

ce:

DCR @ 20°C (Ohm/100 m) <= 7

Maximu

m

Delay:

Delay (ns/100 m) = 537 @ 100MHz

Nom.

Mutual

Capacitance (nF/km) < 56

Page 283: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 282

Capacita

nce

Nom.

Velocity

of

Propagat

ion

67 %

Tempera

ture

Range

Operatio

n

-20 Deg C to +60 Deg C

PoE

Compati

bility

PoE Type 1 (15 W), Type 2 (30 W), Type 3 (60

W)

ELV EU Directive 2000/53/EC

10.7.3 Copper CAT 6A Modular Jack

Copper Solution - Cat6A Unshielded Modular Jack

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Type

Modular Jacks shall meet and exceed channel

specification of ANSI/TIA/EIA-568-C.2 Category

6a and ISO/IEC 11801:2002/Amd 1:2002 Ed2

when used as a component in a properly installed

UTP channel.

Front

Connecti

on

RJ 45

Accessor

ies

Jack should support uniform hassle free

termination technology and be able to ensure

performance in each termination without

dependency on expertise of technician.

Terminat

ion

Interface

Front Mated Connection: 750 Cycles

Page 284: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 283

Rear Mated Connection: 20 Cycles

IEEE

Specifica

tion

(PoE)

IEEE 802.3at type 1 and 2 (up to 30W)

IEEE 802.3bt/D1.7 type 3 and 4 (up to 100W)

Terminat

ion

Pattern

TIA / EIA 568 A and B

Performa

nce tests

Modular Jacks shall be tested for performance to

ANSI/TIA/EIA-568-C.2

Guarant

eed

Bandwid

th

500 Mhz Guaranteed Bandwidth for 100 MT

Channel Link

Approval

s UL Listed

UL

Rating UL 94V-0

Other

Specifica

tions

UL 1863, IEC 60603-7, FCC part 68-F

RoHS EU Directive 2002/95/EC Compliant

Operatin

g

Tempera

ture

-40° to 70°C

Dielectri

c

Strength

750 V RMS @ 60 Hz for 1 minute (Signals to

Ground)

Electrical

Performa

nce @

500 Mhz

Insertion Loss: Max. 0.48 dB

NEXT: Min. 37.0 dB

FEXT: Min. 31.1 dB

RL: Min. 12.9 dB

PSANEXT: Min 56.0 dB

PSACRF: Min 56.0 dB

Balanced TCL: Min 19.0 dB

Page 285: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 284

10.7.4 Copper Patch Cord

Copper Solution – Patch Cord

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Type

Modular Cord shall meet and exceed channel

specification of ANSI/TIA/EIA-568-B.2 Category

6a and ISO/IEC 11801 2nd edition (2002) &

Amendment 2 (2010) up to 500 MHz when used

as a component in a properly installed UTP

channel. It should also comply to EN 50173-1

(2002) & EN 50173-1 Amendment 1 (2009).

Conduct

or Stranded copper ETP, 7/26AWG(0.16mm)

Insulatio

n Foam-skin Polyethylene (1.05 mm +/- 0.05 mm)

Length 2 / 3 / 5 Meter

Plug

Boot Clear boot with PVC material

Plug

Housing Polycarbonate (PC)

Plug

contact

blade

Phosphor bronze plated with 1.27um gold over

2.54um nickel undercoat

Insertion

Life 750 Cycles

Operatin

g/Storag

e

Tempera

ture

Range

-20 to +60 Deg C

Channel

complian

ce

certificat

e

Certificate by Intertek (ETL) for the 4-Connectors

and 3 Connectors channel testing to the Cat 6A

Cabling system as per the ANSI/TIA 568 C.2

standards, ISO/IEC 11801 and EN 50173-1.

Document to be submitted.

Page 286: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 285

Guarant

eed

Bandwid

th

500 Mhz Guaranteed Bandwidth

Sheath

Material LSZH

OD 6.1 ± 0.5 mm

10.7.5 Copper Patch Panel

1 19"

unloaded

Copper

Patch

Panel

o 19” 1U unloaded 24port CAT6A panel

o Panel/Cassette should be available in both

Angular and flush mount versions

o Should be equipped with rear cable manager,

grounding bolts and labels

o Must be ROHS complied

o Should be covered by 25 years of warranty

Unloaded panels should be able to accommodate

24 10G Copper ports

10.7.6 Hybrid Patch Panel

Hybrid Patch Panel

Make

Model

S. No System Description Compliance

Yes/No

Remarks

Type 1 U Slot Hybrid Panel for both Copper & Fiber

MPO in Server Rack, MDA Rack, & MPO

connection of Data center rack.

Applicati

on:

MPO Solutions, Backbone, Telecommunications

Room, Main Distribution Room, Data Centers

Page 287: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 286

Related

Parts

Ultra and Ultra High Density Frames and

Cassettes

Materials Panel: Steel (10Ga) / Aluminum (14Ga).

Physical

Characte

ristics

Nos of Port: Up to 144-fibre connection, or 24

copper with 48 fiber connections.

Color: Titanium

Weight: 3.69 Kg.

Included Parts: Screws (12-24); Screws (10-

32); Screws (8-32); Tie Wraps; Curly locks;

Velcro Straps; Identification Labels

Compati

bility

Patch Panel should be able to accept both copper

& fiber in single panel with help of module.

Height 1U (1.75”)

Storage

Tempera

ture

Range

-40Deg C to +70 Deg C

Operatin

g

Tempera

ture

range

-10Deg C to +60 Deg C

Applicabl

e

Standard

s &

Environ

mental

Program

s

RoHS complied with ACA safety & Bi-national

Standard Listed

Page 288: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 287

10.8 Fibre and Copper Containment

Fibre runner and copper containment should cover the following areas,

1. Network Room 1 & 2

2. POI Room 1 & 2

3. Server Room -1 ( Phase-1)

4. Staging Room

5. Interconnecting all the above rooms as per drawing

The fibre runner and copper runner should run parallel. The bidder shall consider all

required accessories and work part of their scope. (Like supply of anchor fastener, bolt net,

supporting angles and making holes in ceiling as per requirement)

The scope shall cover supply, installation and commissioning of fibre and copper

containment as per approved drawing.

10.8.1 Fibre Runner

`

8.1

6.2.Fiber Runner

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

8.1.1 Fiber runner

The fibre Guide should be UL listed, proof

of the same shall be submitted

Basic components shall include horizontal

and vertical straight sections, horizontal

and vertical elbows, downspouts,

junctions and numerous support hardware

and flex-tube kits.

The fibre raceways system shall be

available in 4x4 inch dimensions.

Should be available in Yellow color

All components shall be UL94V-0 flame

resistant and shall not contain any PVC

material. The Straight Sections and

Molded Fittings shall be UL 2024

compliant as well.

Minimum tools should be used for

installation of the solution.

Shall use snap fit junctions when

connecting two components together

Page 289: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 288

The bidder shall provide the installation

material like thread rod, anchor fastener,

bolt and nuts etc.

10.8.2 Copper wire-mesh

`

8.2

Copper Wire-mesh

Make

Model

S. No System Description Complianc

e Yes/No

Remarks

8.2.1 Wire basket

Wiring Basket / Cable Tray should be as

per latest TIA 568C standard maintaining

all stringent requirements of the same

standard.

Should support cabling for

Cat5e/Cat6/Cat6A/Cat7/Cat7a while

ensuring the bend radius requirements all

along the lay of the cable.

Cross section, T sections. L bends, drop

kits etc. should be part of the complete

solution for mounting it over the rack as

per rack placement

The Wiring Basket / Cable tray should be

made of Mild steel and the finish shall be

Zinc Blue Trivalent Plated

The construction should be welded

It should be available in metallic color

The Wiring Basket / Cable Tray should

have a provision to ground the system

Wiring Basket / Cable Tray should be as

per latest TIA 568C standard maintaining

all stringent requirements of the same

standard.

Page 290: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 289

10.9 Active Components

10.9.1 Router

Router Specification

Make:

Model:

S. No. Requirements Compliance

(Yes/No)

Remarks

1. General

Requirements

The Router shall be designed for

continuous operation.

Supervisor/Routing Engine redundancy

from Day 1

2. Hardware

Details

Router should have dual redundant hot

power supply from day 1

Modular architecture with at least 4

slots populated with 4 x 10/100/1000

Base-T, 4 x 1G SX and 4 x 10G SR MM

modules

Router shall have at least 1 free slots

for future scalability, each of which

shall support following interface

modules: 1G, 10G, Channelized STM-1,

STM-4.

Should support Minimum Bandwidth of

80 Gbps and 60 Mpps of Forwarding

performance or more.

Router should have atleast 4GB DRAM

or more. It should also support 1GB

flash memory.

The router hardware shall be designed

to run both IPv4 & IPv6 simultaneously

(Dual Stack) from day one.

The router shall support flow

monitoring (NetFlow / SFlow / Jflow/

equivalent) , SLA monitoring

3. Software

Details

The router shall support dual stack

static as well as dynamic routing with

support for following IP routing

protocols from day one:

Page 291: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 290

Protocols : RIP, RIPng, OSPF, OSPF V3,

BGP, IS-IS, MPLS

Active/Active and Active/Standby

failover support using VRRP or

equivalent feature

PIM, MSDP, IGMPv1,v2,v3, MLD

Layer 3 classification, 8 queues/port

The router shall support following

quality of service (QoS) features:

i) Weighted Fair Queuing (WFQ)

ii) IP Precedence i.e. Priority based on

TOS field of IPv4 and IPv6.

iii) Differentiated Services (Diff Serve)

i.e. Priority based on DS Field of the

IPv4 and IPv6.

The router shall support following

Security features:

i) Application prioritization, Stateful

Firewall.

ii) Generic Routing Encapsulation.

The Router shall support

authentication, authorization and

accounting though RADIUS / TACACS+.

Device should have Console, Telnet,

SSH support for management, Out of

Management Port

Router shall have Debugging features

to display and analyze various types of

packets.

IPSec, Ethernet VPN, VPLS , Image and

Configuration rollback

4. Regulatory

Compliance

Router shall conform to UL 60950 or

IEC 60950 or CSA 60950 or EN 60950,

ROHS, Standards for Safety

requirements of Information

Technology Equipment.

Router shall conform to EN 55022 Class

A/B or CISPR22 Class A/B or CE Class

A/B or FCC Class A/B Standards for

Page 292: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 291

EMC (Electro Magnetic Compatibility)

requirements.

Router shall be IPv6 logo ready from

day 1 (Else, Declaration from OEM

must be submitted)

5. Product /

OEM

Evaluation

Criteria

The OEM must feature in the

Leaders/Challengers segment of the

Gartner Magic Quadrant for Data

Center Networking or Wired and

Wireless Networking published in last 2

years (2016 & 2017)

Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service

support from the date of installation

without any extra cost.

Router should be provided with

hardware replacement warranty and

ongoing software upgrades for all

major and minor releases for a period

of 5 years.

10.9.2 Core switch

Core Switch Specification

Make:

Model:

S. No. Requirements Compliance

(Yes/No)

Remarks

1. General

Requirements

The Core Switch shall be designed for

continuous operation.

The bidder shall furnish the MTBF

(Mean Time Between Failure) predicted

and observed values along with

calculations by the manufacturer.

Dual redundant (1+1) and hot-

pluggable power supplies and

Redundant Fans from Day 1. Switch

shall have built in power-on diagnostics

system to detect hardware failures.

Page 293: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 292

In case of full system failure, Switch

shall maintain a trace area in the

NVRAM / Flash which would be used for

analysis / diagnosis of the problem.

Switch shall have suitable Visual

Indicators for diagnostics and healthy /

unhealthy status of Ports & modules.

2. Hardware

Details

Switch shall have Minimum 12 nos.

40G Base-X ports complying to IEEE

802.3ba standard which is able to drive

the link up to 100 m at a speed of 40

Gbps on a Multi-Mode Fibre. Minimum

6 No of 40 G SFP to be populated from

day one and bidder has to propose

adequate SFP to run the solution if

required

Switch shall have 12 nos. 10G Base-X

ports complying to IEEE 802.3ae

standard which is able to drive the link

up to 100 m at a speed of 10 Gbps on

a Multi-Mode Fibre. The hardware of all

these ports should be complete in all

respect.

The switching fabric for all the LAN

ports shall be non-blocking and each

port shall run at wirespeed / line-rate.

Switch shall have minimum 850 Million

packets (64 Byte packet) per second

forwarding rate. The performance of

the switch shall not degrade for IPv4

and IPv6 individually as well as for dual

stack operations (IPv4 & IPv6).

Switch shall have 10 Tbps forwarding

bandwidth at Layer-2/3 switching

fabric. The performance of the switch

shall not degrade for IPv4 and IPv6

individually as well as for dual stack

operations (IPv4 & IPv6).

Switch shall support minimum 100,000

active IPv4 or 50,000 IPv6 routes.

Virtual Extensible LAN (VXLAN) support

in hardware from day one

Page 294: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 293

The switch hardware shall be designed

to run both IPv4 & IPv6 simultaneously

(Dual Stack) from day one.

Switch shall be capable of working with

AC Power supply with a Voltage varying

from 170 – 240 Volts at 50 +/- 2 Hz.

Switch shall have internal Redundant

Power Supply (RPS). The primary as

well as redundant power supply shall

be hot swappable and no downtime /

reboot shall be required for addition /

removal of power supply module.

The proposed switch must be able to

form a fabric with the offered leaf

switch and Such Fabric may be defined

using Spine + Leaf or VXLAN+ISIS or

VXLAN+EVPN features.

Fabric must provide open

programmable interface using any two

of the standard API/SDK interfaces for

programming/configuring the entire

fabric.

Switch shall have Hot Swappable Fan

Tray.

Switch shall support 19” rack

mountings.

3. Software

Details

The switch shall support flow

monitoring (NetFlow / SFlow / Jflow/

equivalent)

Switch shall have following Layer-2

features:

a. IEEE 802.1Q VLAN tagging.

b. 802. 1Q VLAN on all ports with

support for minimum 4000 VLANs.

c. Support for minimum 75,000 MAC

addresses

d. Self learning of unicast & multicast

MAC addresses and associated VLANs

e. Jumbo frames up to 9000 bytes

f. Link Aggregation Control Protocol

(LACP) as per IEEE 802.3ad.

Page 295: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 294

g. Minimum 16 Multi-link Trunks with 4

links per multi-link group.

h. “Port Spanning” functionality for

measurements using a network

analyzer.

i. Broadcast, Multicast and Unicast

storm control on per port basis to

prevent degradation of overall system

performance occurred due to faulty end

stations.

Switch shall have following Layer-3

features:

a. Inter-VLAN IP routing for full layer 3

routing between two or more VLANs.

b. IP unicast routing protocols (static,

RIPv2, OSPFv3, BGP).

c. Virtual Router Redundancy Protocol

(VRRP)

d. Classless Inter Domain Routing

(CIDR)

e. Variable Length Subnet Masking

(VLSM)

Fabric must support traffic

redistribution between different routing

protocol

Fabric must support IP v4 and IP v6

management tools like - Ping,

Traceroute, VTY, SSH, TFTP and DNS

Lookup

L2 and L3 QoS, 8 hardware/egress

queues, Dynamic buffer utilization

monitoring and reporting

Should have functionality, to support

SDN (Software Defined Networking)

with following features :

a. Switch should support Network

Virtualisation using Virtual Over Lay

Network using VXLAN (RFC 7348).

b. Switch should support VXLAN

(RFC7348) and EVPN for supporting

Spine - Leaf architecture to optimise

Page 296: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 295

the east - west traffic flow inside the

data center

c. Switch must support VXLAN

Switching/Bridging and VXLAN Routing

without any performance degradation

d. The Switch shall integrate with SDN

controller through OpenFlow/REST APIs

from Day One.

e. The Switch should Allow the

separation of data (packet forwarding)

and control (routing decision) paths, to

be controlled by an external SDN

Controller, utilizing Openflow

protocol/REST APIs.

f. The Switch should support VXLAN

Layer 2 and Layer 3 gateway support

for up to 4k tunnels

g. The Switch should support Dynamic

VXLAN configuration

Should support IEEE Standards of

Ethernet: IEEE 802.1D, 802.1s,

802.1w, 802.1x, 802.3ad, 802.1p,

802.1Q, 802.3u, 802.3ab, 802.3z.

Switch shall support aggregating

multiple interfaces of different switches

into a single logical aggregated link in

order to implement uplinks with

redundancy, higher throughput and to

avoid broadcast loops.

Switch shall support NTP (Network

Time Protocol) or SNTP (Simple

Network Time Protocol) for date & time

synchronization from NTP Server. The

switch shall also be configured as NTP

Server for serving the time

Switch shall support FTP / TFTP and

shall also support IGMP Version-1, 2 &

3 as well as IGMP V-1, 2 & 3 snooping.

Core switch must support In-service

Software Upgrade as well as BFD

Page 297: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 296

Switch must support control plane

denial-of-service (DoS) protection

Fabric must provide Openflow with

support for Python, Chef, Puppet, ZTP

The Core Switch shall support Port

Security /RADIUS /TACACS+

integration.

Core switch must provide real-time

telemetry information to enable

detection of congestion analytics as

well as buffer congestion statistics.

4. Regulatory

Compliance

Core Switch shall conform to UL 60950

or IEC 60950 or CSA 60950 or EN

60950, ROHS, Standards for Safety

requirements of Information

Technology Equipment.

Switch shall be IPv6 ready from day 1

5. Quality of

Service

Switch shall support classification and

scheduling as per IEEE 802.1P on all

ports.

Switch shall support classification and

scheduling as per IEEE 802.1P on all

ports.

Switch shall support four hardware

queues per port.

Switch shall support QoS configuration

on per switch port basis.

Switch shall support classification and

marking based on IP Type of Service

(TOS) and DSCP

Switch shall provide traffic shaping and

rate limiting features (for egress as

well as ingress traffic) for specified

Host, network, Applications etc.

6. Security

Features

Switch shall support MAC Address

based Filters / Access Control Lists

(ACLs) on all switch ports.

Page 298: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 297

Switch shall support Filters / Access

Control Lists (ACLs) based on Network

Address, Mask, Protocol Type and

Socket Type on all switch ports

Switch shall support Port as well as

VLAN based Filters / ACLs.

7.Management

Features

Switch shall have a console port with

RS-232 Interface or RJ-45 interface for

configuration and diagnostic purposes.

Switch shall be SNMP manageable with

support for SNMP Version 1, 2 and 3.

Switch shall support all the standard

MIBs (MIB-I & II).

Switch shall support TELNET and SSH

Version-2 for Command Line

Management.

Switch shall support 4 groups of

embedded RMON (history, statistics,

alarm and events).

Switch shall support System & Event

logging functions as well as forwarding

of these logs onto a separate Server for

log management.

Switch shall support on-line software

reconfiguration to implement changes

without rebooting. Any changes in the

configuration of switches related to

Layer-2 & 3 functions, VLAN, STP,

Security, QoS shall not require

rebooting of the switch.

Switch shall have comprehensive

debugging features required for

software & hardware fault diagnosis.

Switch shall support following in the

user level of access i.e. the user with

minimum privileges:

Display of pre-configured description /

label on each interface.

Display of Input and Output error

statistics on all interfaces.

Display of Input and Output data rate

statistics on all interfaces.

Display of Dynamic ARP table.

Display of MAC Address table.

Page 299: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 298

Display of Routing Table.

8. Product /

OEM

Evaluation

Criteria

The OEM must feature in the

Leaders/Challengers segment of the

latest Gartner Magic Quadrant for Data

Center Networking or Wired and

Wireless Networking.

Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service

support from the date of installation

without any extra cost.

Switch should be provided with

hardware replacement warranty and

ongoing software upgrades for all

major and minor releases for a period

of 5 years.

10.9.3 Leaf Switch

Leaf Switch Specification

Make:

Model:

S. No. Requirements Compliance

(Yes/No)

Remarks

1. General

Requirements

The switch shall be a fixed

configuration switch designed for

continuous operation.

Switch shall have built in power-on

diagnostics system to detect hardware

failures.

Dual redundant (1+1) and hot-

pluggable power supplies and

Redundant Fans from Day one.

Switch shall have suitable Visual

Indicators for diagnostics and healthy /

unhealthy status of Ports & modules.

In case of full system failure, Switch

shall maintain a trace area in the

Page 300: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 299

NVRAM / Flash which would be used for

analysis / diagnosis of the problem.

2. Hardware

Details

Switch shall have 4 nos. 40G Base-X

ports complying to IEEE 802.3ba

standard which is able to drive the link

up to 100 m at a speed of 40 Gbps on

a Multi-Mode Fibre. The hardware of all

these ports should be complete in all

respect.

Switch shall have 24 nos. 10G Base-X

ports complying to IEEE 802.3ae

standard which is able to drive the link

up to 100 m at a speed of 10 Gbps on

a Multi-Mode Fibre. The hardware of all

these ports should be complete in all

respect.

Switch shall have 800 Gbps forwarding

bandwidth at Layer-2/3 switching

fabric.

The switch should Support for PFC,

ETS, DCBx including FCoE from day

one.

Virtual Extensible LAN (VXLAN) support

in hardware from day one

The switching fabric for all the LAN

ports shall be non-blocking and each

port shall run at wirespeed / line-rate.

Switch must support online insertion

and removal of Power supply and Fan

tray.

Switch shall support minimum 100,000

active IPv4 or 50,000 IPv6 routes.

Switch shall have minimum 592 Million

packets (64 Byte packet) per second

forwarding rate. The performance of

the switch shall not degrade for IPv4

and IPv6 individually as well as for dual

stack operations (IPv4 & IPv6).

3. Software

Details

Should support Protocols : RIP, RIPng/

OSPFv3, IS-IS, BGP from Day one

Page 301: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 300

Should support features like VRRP, MC-

LAG, LACP

Fabric must support IGMP v1,v2,v3,

MLD /MSDP

Switch must support Traffic mirroring,

Access Control List based on switch

port, MAC Filtering

Layer 2 Features :

a. IEEE 802.1Q VLAN tagging.

b. 802. 1Q VLAN on all ports with

support for minimum 4000 VLANs.

c. Support for minimum 75,000 MAC

addresses

d. Self-learning of unicast & multicast

MAC addresses and associated VLANs

e. Jumbo frames up to 9000 bytes

f. Link Aggregation Control Protocol

(LACP) as per IEEE 802.3ad.

g. Minimum 16 Multi-link Trunks with 4

links per multi-link group.

Layer 3 Features :

a. Inter-VLAN IP routing for full layer 3

routing between two or more VLANs.

b. Classless Inter Domain Routing

(CIDR)

c. Variable Length Subnet Masking

(VLSM)

The switch shall support flow

monitoring (NetFlow / SFlow / Jflow/

equivalent)

L3 Features Such as DHCP Relay option

L2 and L3 QoS, 4 hardware queues per

port, Dynamic buffer utilization

monitoring and reporting, support

classification and marking based on IP

Type of Service (TOS) and DSCP

Should support SDN (Software Defined

Networking)

Page 302: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 301

a. Switch should support Network

Virtualisation using Virtual Over Lay

Network using VXLAN (RFC 7348).

b. Switch should support VXLAN

(RFC7348) and EVPN for supporting

Spine - Leaf architecture to optimise

the east - west traffic flow inside the

data center

c. Switch must support VXLAN

Switching/Bridging and VXLAN Routing

without any performance degradation

d. The Switch shall integrate with SDN

controller through OpenFlow/REST APIs

from Day One.

e. The Switch should Allow the

separation of data (packet forwarding)

and control (routing decision) paths, to

be controlled by an external SDN

Controller, utilizing Openflow

protocol/REST APIs.

f. The Switch should support VXLAN

Layer 2 and Layer 3 gateway support

for up to 4k tunnels

g. The Switch should support Dynamic

VXLAN configuration

Switch must support control plane

denial-of-service (DoS) protection

Switch must support In-service

Software Upgrade as well as BFD

Should support IEEE Standards of

Ethernet: IEEE 802.1D, 802.1s,

802.1w, 802.1x, 802.3ad, 802.1p,

802.1Q, 802.3u, 802.3ab, 802.3z.

Fabric must provide Openflow with

support for Python, Chef, Puppet, ZTP

The Core Switch shall support Port

Security /RADIUS /TACACS+

integration.

3.Security

Features

Switch shall support MAC Address

based Filters / Access Control Lists

(ACLs) on all switch ports.

Page 303: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 302

Switch shall support Filters / Access

Control Lists (ACLs) based on Network

Address, Mask, Protocol Type and

Socket Type on all switch ports

Switch shall support Port as well as

VLAN based Filters / ACLs.

4. Regulatory

Compliance

Switch shall conform to UL 60950 or

IEC 60950 or CSA 60950 or EN 60950,

ROHS, Standards for Safety

requirements of Information

Technology Equipment.

Switch shall be IPv6 ready from day 1

5.Management

Features

Switch shall have a console port with

RS-232 Interface or RJ-45 interface for

configuration and diagnostic purposes.

Switch shall be SNMP manageable with

support for SNMP Version 1, 2 and 3.

Switch shall support all the standard

MIBs (MIB-I & II).

Switch shall support TELNET and SSH

Version-2 for Command Line

Management.

Switch shall support 4 groups of

embedded RMON (history, statistics,

alarm and events).

Switch shall support System & Event

logging functions as well as forwarding

of these logs onto a separate Server for

log management.

5. Product /

OEM

Evaluation

Criteria

The OEM must feature in the

Leaders/Challengers segment of the

latest published Gartner Magic

Quadrant for Data Center Networking

or Wired and Wireless Networking

published

Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service

support from the date of installation

without any extra cost.

Page 304: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 303

Switch should be provided with

hardware replacement warranty and

ongoing software upgrades for all

major and minor releases for a period

of 5 years.

10.9.4 Next Generation Firewall

NEXT GENERATION FIREWALL

SPECIFICATION

Make:

Model:

Sl. No. Feature description Compliance

(Yes/No)

Remarks

1.General

Requirements

The proposed solution/appliance MUST be

for Layer 7 protection. There should be no

performance degradation in the overall

transaction processing. The solution MUST

be deployed in HA mode.

The Firewall solution offered must be rated

as “leaders‟ or 'Challengers' in the latest

Magic Quadrant for Firewall published by

Gartner.

For high performance with low latency the

proposed solution must provide all

application level inspection as real-time

stream-based and not using file-based

store-and-forward techniques

For high performance with low latency the

proposed solution must provide hardware

(FPGA/ASIC/Processor based) offloading of

application level (L7) content processing

(Anti Virus, Anti Spyware, Vulnerability

Protection, File-type filtering, Data filtering)

For high performance with low latency the

proposed solution must provide all

application level inspection in a single

content engine (each packet must only be

inspected once even with all content

inspection features enabled).

Page 305: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 304

The proposed solution must allow policy rule

creation for application identification, user

identification, host profile, threat

prevention, content filtering, QOS and

scheduling

The proposed solution must be able to be

administered locally without additional

management or logging software.

The proposed solution must allow policy

creation for application identification, user

identification, threat prevention and content

filtering in a single rule and not multiple

locations

The proposed solution must have modern

malware protection that identify unknown

malicious files and execute them in a

controlled environment to expose malicious

behaviour even if the malware has never

been seen in the wild before.

The proposed solution should have dual

redundant power supply.

The proposed firewall appliance should have

at least 10 ports of 10/100/1000 Ethernet

Ports and 2 ports of 10 Gig SFP+ fibre ports

2.Operation

Mode

The proposed solution must be able to

support Network attack detection, DoS,

DDoS,TCP Reassembly , Brute Force, Syn

Cookie, IP Spoofing, Malformed Packet etc

The proposed solution must support Tap

mode interface configuration

The proposed solution must support

Transparent, Layer 2 , Layer 3 mode

providing flexible deployment

The proposed solution be able to support

simultaneous deployment with interfaces

servicing Layer 3, Layer 2 Transparent and

Tap modes

The proposed solution shall support 802.1Q

VLAN tagging

The proposed solution shall support Dual

Stack IPv4 / IPv6 application control and

Page 306: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 305

threat inspection under various deployment

modes

The proposed solution shall support

standards based Link aggregation (IEEE

802.3ad) to achieve higher bandwidth

The proposed solution shall support logical

Ethernet sub-interfaces tagged or untagged.

The proposed solution must support the

following routing protocols static, RIPv2,

OSPF, BGP4

The proposed solution must have IPv6 Static

Routing Support even for virtual routers

The proposed solution must support Policy

Based forwarding based on Zone,

Applications , Source / Destination Address,

User or User Group

The proposed solution shall support DNS

proxy

The OEM should ensure that the solution

should be operational for 5 years, with all

core feature / functionalities enabled on the

platform.

Should have IPv6 networking feature and

should be IPv6 ready from day one.

The proposed solution shall support DHCPv4

and DHCPv6 relay

High Availability

The proposed solution must be able to

support Active/Active , Active/Passive

configuration

The proposed solution must be capable to

detect device, link and path failure

The proposed solution must be able to

support session and configuration

synchronization

The proposed solution shall synchronize the

following for HA . Sessions, Decryption Cert,

Threat and Application Signature , etc

ensuring seamless operations

Page 307: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 306

The proposed solution HA shall support

hitless upgrades for both major and minor

code releases

3.Policy Based

Controls

The proposed solution shall control

parameters by Security Zone, Users, IP,

Application, Host Information Profile, URL

Category ,Schedule, QoS etc.

The proposed solution shall be application

based and not port- protocol based with

ability to support decryption and inspection

of SSL and SSH traffic

The proposed solution shall support the

following policy types/capabilities:

Policy-based control by application and/or

application category (non-port based)

Policy-based control by application function

(posting, file transfer, desktop sharing,

instant messaging, etc.)

Policy-based control by user, group or IP

address

Decryption and Inspection of SSL traffic

-Block files by type: bat, cab, dll, exe, pif,

reg, vbs, tar, scr, swf and tgz

-Data filtering: Custom Data Patterns

-QoS Policy-based traffic shaping (priority,

guaranteed, maximum)

-Policy support for scheduled time of day

enablement

4.Application

Security

Policy

The proposed solution shall support network

traffic classification which identifies

applications across all ports irrespective of

port/protocol/evasive tactic without any

additional licensing policy

The proposed solution shall have application

and application function identification and

decoding technology without any additional

licensing policy

The proposed solution shall be able to

handle applications with multiple action

options e.g. alert, block or allow

Page 308: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 307

The proposed solution shall be able to

create custom application signatures and

categories

The proposed solution shall allow updating

the application database automatically or

manually via the control or traffic plane

The proposed solution shall delineate

specific instances of peer2peer traffic (e.g.

Bit torrent, emule, neonet, etc.)

The proposed solution shall delineate

specific instances of instant messaging (e.g.

Gtalk, YIM, Facebook Chat, etc.)

The proposed solution shall delineate

different parts of the application such as

allowing Facebook chat but blocking its file-

transfer capability

The proposed solution shall delineate

specific instances of Proxies (e.g. ultrasurf,

ghostsurf, freegate, etc.)

The proposed solution shall support Voice

based protocols (H.323, SIP, SCCP, MGCP

etc.)

5. URL

Filtering

The proposed solution shall support URL-

Filtering

The proposed solution shall support custom

URL-categorization

The proposed solution shall support

customizable block pages

The proposed solution shall support logs

populated with end user activity reports for

site monitoring within the local solution

The proposed solution shall support Drive-

by-download control

The proposed solution shall support URL

Filtering policies by AD user, group,

machines and IP address/range

6. Threat

Prevention

The proposed solution shall support

Vulnerability, Virus and Spyware Protection

features.

Page 309: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 308

The proposed solution shall block spyware

and malware

The proposed solution shall block known

network and application-layer vulnerability

exploits

The proposed solution shall block buffer

overflow, DoS/DDoS , etc type of attacks

The proposed solution shall perform stream-

based Anti-Virus and not store-and-forward

traffic inspection

The proposed solution shall perform stream-

based Anti-Spyware and not store-and-

forward traffic inspection

The proposed solution shall support attack

recognition for IPv6 traffic the same way it

does for IPv4

The proposed solution shall support Built‐in

Signature and Anomaly based Vulnerability

Protection Engine

The proposed solution shall support the

ability to create custom user-defined

signatures

The proposed solution shall support granular

tuning with option to configure overrides for

individual signatures

The proposed solution shall support

automatic security updates directly over a

secure connection (i.e. no dependency of

any intermediate device)

The proposed solution Vulnerability / Virus /

Spyware protection updates shall not

require reboot of the unit.

The proposed solution shall support several

prevention techniques including drop‐

packet, tcp‐rst (Client, Server & both) etc.

7.Data

Filtering

The proposed solution shall support file

identification by signature or file extensions

The proposed solution shall support

identification and optionally preventing the

transfer of various files (i.e. MS Office, PDF,

Page 310: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 309

etc.) via protocols like HTTP-POST, HTTP-

GET, SMTP, POP3, IMAP, FTP etc.

The proposed solution shall support

compressed information stored in zipped

format and be able to unpack and filter per

policy

The solution shall be capable of identifying

and optionally preventing the transfer of

files containing sensitive information (i.e.

credit card numbers) via regular expression

8.User

Identification

The proposed solution shall support

authentication services for user-

identification using any of the following

technologies AD, LDAP, eDirectory, Radius,

Kerberos, Client Certificate without any

additional licensing policy

The proposed solution should support the

creation of security policy based on Active

Directory Users and Groups in addition to

source/destination IP

The proposed solution shall support user-

identification in policy without installing an

agent on individual endpoints

The proposed solution shall support user-

identification from Citrix and terminal

services environments in policy and logs

The proposed solution shall populate and

correlate all logs with user identity (traffic,

IPS, URL, data, etc.) without any additional

products or modules in real-time

9.QoS The proposed solution should support the

ability to create QoS policy on a per rule

basis specifically by Applications e.g. Skype

and Static or Dynamic Application Groups ,

such as P2P , IM groups

The proposed solution shall define QoS

traffic classes with Guaranteed and Max

bandwidth along with priority queiung,

differv markings on packets. Support

Session or packet based differentiated

services code point (DSCP) classification

Page 311: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 310

The proposed solution should support real-

time prioritization of voice based protocols

like H.323, SIP, SCCP, MGCP and

applications like Skype

10. SSL

Decryption

The proposed solution shall be able to

identify, decrypt and evaluate SSL traffic in

an outbound connection (forward-proxy)

The proposed solution shall be able to

identify, decrypt and evaluate SSL traffic in

an inbound connection

The proposed solution should support

decryption and inspection of SSL traffic in

an outbound connection, inbound

connection across any port"

The proposed solution shall support the

ability to have a SSL inspection policy

differentiate between personal SSL

connections i.e. i.e. Banking, shopping,

health and non-personal traffic

11.VPN The proposed solution shall support

IPSec,SSL VPN and should be available

without additional licensing policy

IPSec VPN should be integrated with the

proposed solution and support full

encryption standards suites:

- DES, 3DES, AES

- MD5 and SHA‐1 authentication

- Diffie‐Hellman Group 1 , Group 2 and

Group 5

- Internet Key Exchange (IKE) algorithm

- AES 128, 192 & 256 (Advanced

Encryption Standard)

12.Authentica

tion

The proposed solution administrative

module shall support the following

authentication protocols:

- LDAP

- Radius (bidder specific attributes)

- Token-based solutions (i.e. Secure-ID)

- Kerberos

Page 312: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 311

13. TCPDump

/ PCAP

The proposed solution shall support packet

captures based on Source Address,

Destination Address, Applications, Unknown

Applications, Port, Threats, Data Filters and

/ or any combination as specified

The proposed solution shall support PCAP

downloads of specific traffic sessions from

the GUI from the logging screen

14.Modern

Malware

Prevention

The proposed solution shall support sandbox

behaviour based inspection and protection

of unknown viruses and malware

The proposed solution shall support

automated signature generation for

discovered malware

The proposed solution shall support inline

control of malware infection and

command/control traffic

15.Performan

ce

The proposed solution must provide

minimum 12 Gbps or more of NGFW

throughput comprising of Firewall, IPS and

Application Control throughput. The

performance must be based on HTTP traffic

The proposed solution should be able to

handle more than 100,000 new sessions per

second

The proposed solution should be able to

handle at least 2,000,000 concurrent

sessions

The solution should be capable of handling

more than 10,000 policies

16. IPS IPS should be an integrated system with the

proposed solution

The proposed solution should have signature

based, behavioral based and protocol

anomaly based Intrusion prevention

system."

The proposed solution must support creation

of custom IPS signature

Integrated IPS should support hybrid attack

detection/prevention with multiple attack

Page 313: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 312

protections methods, like Protocol Anomaly,

Signature-Based, Day-Zero Protection, etc

The IPS should be constantly updated with

new defences against emerging threats

Blocks attacks such as DoS, port scanning,

IP/ICMP/TCP-related

The proposed OEM must have completed

NSS Labs’ NGFW Methodology testing with a

minimum exploit blocking rate of 95% and

must have a track record of continuous

improvement in threat detection (IPS).

17.Firewall

logging

and reporting

system

A minimum usable storage capability of 2TB

(should be on a separate appliance) need to

be provided as part of the solution.

The proposed system should have option for

creating customized reports. The reports

should be accessible through Http/Https

based.

The administration software must provide a

means of viewing, filtering and managing

the log data

The proposed system must have support for

sending log information to an external log

server via an encrypted connection

18. Hardware

/ Software

Requirement

Additional components (hardware, software,

accessories etc) if required, for providing

the total solution as mentioned in the rfp

document should be specified and quoted

19. Warranty Five years comprehensive warranty from

OEM (Proof of the warranty must be

attached) with onsite service support from

the date of installation without any extra

cost.

Five years comprehensive support for

software upgrades for all the major and

minor releases

Page 314: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 313

10.9.5 Blade Chassis with Server

Blade Chassis with Server Specification

Make:

Model:

Sl. No. Feature description Compliance

(Yes/No)

Remark

Blade Chassis

1. Blade

Chassis

Solution to house the required number of

blade servers in smallest number of

enclosures.

•Should support full height/width and

half height/width blades in the same

Should support minimum 8 half height

servers or 4 full height servers.

2. Interconnect Should support housing of Ethernet & FC

Interconnect/FCoE fabrics/Switches,

offering Hot Pluggable & Redundancy as

a feature. Enclosure Should have No

Single Point‐of‐ Failure Architecture with

adequate numbers of Interconnect Bays.

Should support aggregation of multiple

enclosures to consolidate data center

network connections, reduce hardware

and to scale network bandwidth across

multiple enclosures

3. Ethernet

Modules

The enclosure should support network

switches with at least 6*40G uplink ports

or equivalent up-linkable to the data

center switch. Depending upon the

architecture, interconnect can be

provided using external switches also.

4.Fiber Channel

Module

The enclosure should support Fiber

Channel SAN switches with at least 8*

16Gb FC uplinks and also at least 16Gb

downlinks to all server bays. Depending

upon the architecture, interconnect can

be provided using external switches also

Page 315: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 314

5.Scalability It should be able to scale up to 192 cores

and 1.5 TB of memory within a chassis

6.Operating

System and

Virtualization

Support

Should support redundant physical

appliances /modules with OS &

application. Should preferably be

configured with failover and high-

availability

The solution should support virtualization

(either hardware or software based) to

accommodate more virtual machines so

that each server could be logically

partitioned into maximum partitions. All

the necessary hardware and software if

required should be quoted.

7. Management

Modules

Solution should support redundant

management with high-availability.

Depending upon the architecture,

management modules can also be

provided.

8. High

Availability

The chassis should support standby

blade failover. The solution should be

able to detect a server failure and should

switch to a standby server manually or

automatically.

9. Power Supply

Modules

The enclosure should be populated fully

with power supplies of the highest

capacity available with the OEM. Power

supplies should support N+N as well as

N+1 redundancy configuration, where N

is greater than 1.

10. Cooling Each blade enclosure should have a

cooling subsystem consisting of

redundant hot pluggable fans or blowers

enabled with technologies for improved

power consumption.

11. KVM To be enabled Virtually over IP for

Remote Access or Provided Locally.

12. Warranty Five years comprehensive warranty from

OEM (Proof of the warranty must be

attached) with onsite service support

from the date of installation without any

extra cost.

Page 316: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 315

Blade Server

1. Blade Server 2 processor Blade with latest generation

multi core Intel Xeon Processor

2.CPU /Socket

Two numbers of latest generation Intel

Xeon Processor with 18 cores, 2.3 GHz,

200W

3. Memory 384 GB Memory scalable up to minimum

1 TB using DDR4 memory

4. Form Factor

Blade - standard Width / Height

5. PCI Slots Minimum of 2/3 Nos PCIe based

mezzanine slots supporting Converged

Ethernet/Ethernet/FC adapters

6. HBA for SAN

connection

Should be capable of supporting 16

Gbps Dual port Fiber Channel/FCoE HBA

internal to the Server Blade

7. Internal LAN

ports

Converged Network Adaptor which

supports minimum 10 Gbps bandwidth

per downlink port

8. HDD 2 *600 GB hot plug SFF SAS drives.

9. Optical Drive Shared DVD ROM drive through blade

chassis or equivalent technology

10. Console

I/O Ports

Dedicated management port for out of

band management.

11. Operating

System

Red Hat Enterprise Linux (RHEL) Latest

Edition with 24x7 support for five years.

VM Ware Latest Edition with 24x7

support for five years.

VCentre Latest Edition with 24x7

support for five years.

12. DB Latest Microsoft SQL Enterprise Edition

with 24x7 support for five years.

13. OEM

Eligibility

Criteria

It should be leaders or challengers

magic quadrant in modular server

14. Warranty Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service support

Page 317: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 316

from the date of installation without any

extra cost.

10.9.6 NMS and Helpdesk Management System

NMS and Helpdesk Specification

Make:

Model:

S. No. Requirements Compliance

(Yes/No)

Remarks

1. General

Requirements

The Monitoring Solution should provide

Unified Architectural design offering

seamless common functions including

but not limited to Event and Alarm

management, Auto-discovery of the IT

environment, Performance and

availability management, Correlation

and root cause analysis, Service Level

Management, notifications, Reporting

The operator should be able to build

correlation rules in a simple GUI based

environment where the Operator

should be able to correlate events.

Proposed NMS solution must be ISO

27001 certified to ensure security

compliances.

Proposed solution must be an industry

standard, enterprise grade solution and

should find a mention in the latest

reports (published in last 3 years) by

Gartner/Forrester/IDC.

Scalability – The system should be

capable of supporting at least 100

thousand network flow per second on

single server with capability to capture

each unique traffic conversations

Page 318: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 317

The proposed NMS solution should be

an integrated, modular and scalable

solution from single OEM (i.e. all NMS

components from single OEM) to

provide comprehensive fault

management, performance

management, traffic analysis and

business service management, IT

service desk\ help desk \trouble

ticketing system & SLA monitoring

functionality.

2. Network

Fault

Management

The solution should allow for discovery

to be run on a continuous basis which

tracks dynamic changes; in order to

keep the topology always up to date.

This discovery should run at a low

overhead, incrementally discovering

devices and interfaces.

Polling intervals should be configurable

on a need basis through a GUI tool, to

ensure that key systems are monitored

as frequently as necessary.

The NMS must allow immediately

determining the impact of a component

failure and thus helping in prioritizing

problem-solving efforts.

NMS should have support for SNMPv3 &

IPv6, including dual-stack IPv4 & IPv6

to provide flexibility in protocol strategy

and implementation and should have

MIB browsing, MIB loading, and MIB

expression collection features.

The system should support a variety of

discovery protocols.

The topology of the entire Network

should be available in a single map

along with a Network state poller with

aggressive/customizable polling

intervals

The NMS must allow immediately

determining the impact of a component

failure and thus helping in prioritizing

problem-solving efforts.

Page 319: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 318

The proposed system must be capable

of providing the following detailed

analysis across surveillance domain:

o Top utilized links (inbound

and outbound) based on

utilization of link

o Top protocols by volume

based on utilization of link

Top host by volume based on utilization

of link

It should be able to correlate multiple

occurrences of a specific fault on a

device within a specified time frame to

enable detection of chronic problems.

At any given point in time there may

not exist a fault for a chronic issue, but

we need to know that the condition

continues to happen.

For example: Circuit down 20 times in

last 24 hour, bandwidth thresholds

exceeded 30 times in last month, etc.

Network Management Tool should be

capable of managing upto 30K devices

from a single instance, should be able

to have 1 mil discovered interfaces.

3. Network

Performance

Management

Data collection and thresholding of

network device ports (any that support

MIB2 including virtual interfaces):

Bytes In, Bytes Out, Discards, Errors,

Network Delay

Data collection and threshold setting of

network devices: CPU, Memory,

Buffers, Component statistics.

Distribute reports by email in HTML,

Excel or pdf formats.

The solution should be able to

consolidate a view of a large-scale

network (10,000+ device)/multiple

thousand devices across multiple

instances and also support SDN.

The solution should provide policy

based audit and remediation driven

compliance and capacity and traffic

Page 320: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 319

analysis tools to enable proactive

planning.

4. Network

Flow Traffic

Monitoring

It shall be able to capture, track &

analyze traffic flowing over the network

via different industry standard traffic

capturing methodologies viz. NetFlow,

jflow, sFlow, IPFIX etc.

It shall provide key performance

monitoring capabilities by giving

detailed insight into the application

traffic flowing over the network.

It shall be able to monitor network

traffic utilization, packet size

distribution, protocol distribution,

application distribution, top talkers etc.

for network traffic.

It shall collect the real-time network

flow data from devices across the

network and provide reports on traffic

based on standard TCP/IP packet

metrics such as Flow Rate, Utilization,

Byte Count, Flow Count, TOS fields etc.

5. Service

Management

(Help Desk)

The solution should have Service

Management ready content for

foundation processes, procedures and

work instructions for Request, Incident,

Knowledge, Problem, Change and

Configuration Management, etc. based

on latest ITIL best practices.

OGC Gold level or Pink Elephant

certifications for ITILv3 in at least 10+

processes or equivalent.

The CMDB should provide visualization

(graphical view) as well as support

federation (seamlessly federates

information from other distributed data

sources), reconciliation and

synchronization.

Solution should provide the helpdesk

engineer an ability to see the list of

Page 321: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 320

assets used by the end user. This list

should be displayed within the incident

ticket.

Should provide out-of-the-box

categorization, as well as routing and

escalation workflows that can be

triggered based on criteria such as SLA,

impact, urgency, CI, location or

customer.

Should include impact analysis,

calculated risk analysis, collision

detection, and unplanned change

detection and validation.

6. Service

Management

(Help Desk)

The product must monitor SLAs against

Service, Problem, and Change

Management.

The application should have a

predefined/customizable field to

indicate & track the progress/status of

the lifecycle of ticket(s).

The solution must provide way to

define measurable parameters within

the Service Quality report.

7. OEM

Eligibility

Criteria

Proposed NMS solution MUST have at

least 3 deployments in Central

Government/ Public Sector/ State

Govt., out of which one should be in a

DC environment, monitoring &

managing 10,000+ network nodes in

each of such deployments.

8. Hardware /

Software

Requirement

Additional components (hardware,

software, accessories etc) if required,

for providing the total solution as

mentioned in the rfp document should

be specified and quoted

9. Warranty Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service

support from the date of installation

without any extra cost.

Page 322: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 321

10.9.7 Endpoint Security

Endpoint Security

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1. General

Requirement

Endpoint Protection- Total number of

endpoints to be specified

Single Agent: Should be a single agent

that combines all the critical components

for comprehensive security on the

endpoint. (Antivirus, Antispyware,

network access control, Firewall, host

intrusion prevention, device control,

Compliance audit etc.)

Should be managed from a single

centralized console. All policy

configuration, event analysis and

updates should be done from the single

centralized console

Should support the following operating

system

*Windows 10 or latest

*Windows 8 or latest

*Windows XP Professional

*Windows 2000/2003 Professional

2. Anti-Virus&

Anti Spyware

for Desktop

Heuristic virus scan: Should Scan files

and identifies infections based on

behavioral characteristic of viruses.

Scan target drives: Should specify

directories and file types to scan

Treatment options: Should Enable

choice of action agent should take upon

Page 323: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 322

detection of virus: Repair, rename,

quarantine, delete

Should support unique real time update

based on over the web cloud technology

to provide real time signatures for

dynamic and latest threats to reduce

the dependency on Daily Signature

updates.

Full-system scan: Should Scans local file

folders and specific file types

Should be able to lock down all anti-

virus configurations on the system

User should be prevented from being

able to uninstall the anti-virus software.

Must be able to totally protect from

spyware, adware, Trojans, key loggers,

P2P Threats, Hackers tools, DDOS

Attack Agents, in real time

Should have centralized management

and reporting capabilities to deliver

reports like top Spywares, by category,

by infected machines, by risk priority

etc.

Should have centralized

update/download mechanism which

should be able to download

The solution must be able to auto-

quarantine or auto-delete spyware or

adware without end user interaction

3. HIPS for

Desktops

It should support behavioural based

detection

It should support desktop firewall

capabilities to directly block unwanted

traffic

4. Device

Control for

Desktops

The solution should potentially block the

end point system from loading physical

devices such as removable storage

devices, Bluetooth, Wi-Fi, and other

plug and play devices based on device

classes and device definitions are used

to define device rules

Page 324: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 323

It should support device management

and should allow you to Monitor, Block

or make the device Read-Only along

with the option of providing exceptions

It should support for detecting attempts

to copy confidential data to removable

storage devices (e.g. USB drives,

floppy, CD/DVD, etc.).

It should support for blocking Windows

native CD writing and other CD writing

software.

The block must inform the user that the

action is being blocked.

It should support for customizable

notification “pop-up” messages

It should be able to control the access

of USB devices by using their vendor ID,

product ID or serial number.

It should support ability to restrict

access to company approved devices,

but also if necessary to permit

exclusions to this requirement.

Exception and/or exclusions can be

designed to accommodate different

devices or different groups of users

It should provide the functionality of

logging and audit-trail capabilities

5. Compliance

Auditing for

Desktops

The solution should run consolidated

audits across the systems

It should schedule automatic reports

with up-to-date data, create custom

reports.

6.Management

Platform

Support:

Should have a single Centralized

Management Console for managing

Antivirus, Antispyware, network access

control, Firewall, host intrusion

prevention, device control, Compliance

audit etc

All policy configuration, event analysis

and updates should be done from the

single centralized console.

Page 325: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 324

Central management console should

provide actionable reports.

Central management console should

support granular role based access

control

Should ensure security policy

enforcement by integrating and

centralizing installation, deployment,

management & updating

Centralized management server should

be able to automatically report about

the new unprotected system. It should

be able to detect rogue systems on the

network so that the endpoint agents can

be installed on those systems

Solution should provide for custom

reports and queries along with role-

based access providing different levels

of dash-boarding and relevant reports

to users.

Solution should supports the following

formats for exporting data: CSV, HTML,

XML,Acrobat PDF

Solution should provide the functionality

of events being viewed, filtered, and

sorted in the Management console,

allowing security officers or

administrators to view events and

respond quickly. If applicable,

suspicious content is attached as

evidence to the event.

Solution should provide the capability to

log administrative activities in the

Management console. Administrative

activities that are logged in the

Management console include, changes

to policies, deployment of policies,

agent override activities, agent

termination, and agent uninstall key

generation.

Page 326: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 325

9. Warranty Five years comprehensive warranty

from OEM (Proof of the warranty must

be attached) with onsite service support

from the date of installation without any

extra cost.

Page 327: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 326

10.9.8 Hyper Converged Infrastructure

Hyper Converged Infrastructure

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1 General

Requirements

Minimum 22 core/Socket and minimum 6 socket

with total 132 Cores and processor latest Intel®

Xeon® scalable processor (Skylake) 2.1 GHz or

higher. Each node should have Minimum 1.5 TB

Memory. HCI to be configured with minimum 90

TB usable cluster capacity with all flash SSD

Vendor should provision extra cores (Absolute

cores and processor efficiency technology will not

be consider as a extra core ) ,memory and

storage for VM's to Virtualization , virtualization

manager , Software Defined Storage (SDS) ,

Software defined network(SDN) and Cloud

management platform (CMP) work load and any

other overhead.

The proposed nodes should support 10G SFP+

connectivity. The proposed HCI node should be

compatible with the proposed network switch.

The solution shall provide hyper-converged

software that allows delivery of enterprise-class

storage services using latest x86 server

infrastructures without dependence on a separate

Storage Area Network & associated components

such as SAN Switches & HBAs

Native storage/VM level snapshots or Space

efficient full backups with no impact to guest

performance or using any additional storage

capacity.

2. Technical

Requirements

The proposed HCI solution should be Software

defined with required Software or Hardware engine

for Raid, Compression and De-duplication

The proposed solution must be all SSD

configuration.

Page 328: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 327

The proposed solution scale storage and compute

as and when needed without any downtime. HCI

should support storage expansion and compute

expansion to extend storage/ compute capacity as

and when needed.

The proposed HCI solution must have mechanism

for Metadata protection for all offered nodes within

the cluster so as to provide high availability and no

single point of failure.

The platform should support encryption at disk

level with or without third party software support.

The solution should provide automatic failover for

hardware failure and deliver zero data loss.

The proposed solution must have capability to

support nodes with same and different CPU &

Memory, Disk size configurations in the same

cluster.

Shall support minimum 32 nodes in a same

cluster/Federation

Thin provisioning of both storage entities level or

virtual machine virtual disks level

The solution shall provide the ability to rapidly on-

board new hosts by automatically deploying

reference configurations.

The solution should have call home capability for

remote log collection and proactive support for

predictive failure hardware component

Platform must support monitoring via SNMPv3 and

email alerting via SMTP

The solution should support either of industry

protocols NFS/SMB/iSCSI

The proposed HCI must support connectivity of 3rd

party servers to HCI storage cluster & use the

cluster capacity like a iSCSI/NFS target.

The solution should provide automatic failover for

node hardware failure.

The solution support for automated upgrades of

storage controllers through management GUI with

no downtime and major impact on production

The proposed HCI Solution shall work with leading

cloud orchestration software for self-service cloud

capability, that allows OS Catalogue and OS

provisioning with role based access to virtual

machine

Page 329: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 328

Remote management features, Appliance

management software capable of providing role-

based security, alerts of critical component failure

along with power monitoring. Should also provide

Compute node initialization, Resource discovery

and inventory management, Resource alerts and

monitoring management, Compute node power

management and diagnostics for elements

including I/O options and compute nodes.

The solution shall support minimum downtime host

patching with maintenance mode to move running

workloads to other hosts on the platform.

Appliance must have Redundant Hot Plug High

Efficiency Power Supply with N+1 configuration

along with Redundant Hot Plug High Speed Cooling

Fans

Support for layer-2 VLAN for networking and

integrated VM IP's Management capabilities

The solution should have out of the box security

compliance methodology in HCI solution to ensure

highly secure environment. It should have at list

industry three certifications. ( e.g. NIST, FIPS140-

2, EAL2 CCC-Common Criteria Certified, DISA

approved STIG)

Shall include 24x7x365 infrastructure maintenance

and support for all hardware and software

components of the proposed solution, including

updates and patches as well as technical support

available via telephone, email, and web during all

hours .

The proposed replication solution for HCI should

have WAN optimization features such as

deduplication and compression for optimizing the

WAN bandwidth consumption.

Preferably each node should have redundant boot

drive in RAID 1 configuration for high availability.

Boot disks should be in addition to capacity and

cache disks.

5. Product /

OEM

Evaluation

Criteria

The OEM should be in leaders quadrant of latest

Gartner Magic Quadrant for Hyper converged

Infrastructure.

Five years comprehensive warranty from OEM

(Proof of the warranty must be attached) with

Page 330: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 329

onsite service support from the date of installation

without any extra cost.

Appliance should be provided with hardware

replacement warranty and ongoing software

upgrades for all major and minor releases for a

period of 5 years.

Page 331: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 330

10.9.9 Cloud Management Platform

Cloud Management Platform

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1 Platform

Capability

The solution should support out of box integration

with the leading HCI solutions, vCenter and

OpenStack platforms to automate delivery of

virtual compute, virtual storage, bare metal as

service, virtual networking & virtual security

services such as switching, routing, load balancing

and firewall All server vendor should provide utility

or tool to enable bare metal server provisioning

through CMP

The solution should support Infrastructure as a

service (IaaS), Platform as a service (PaaS)

The solution should have catalogue of private as

well as public cloud services , spanning all the

targeted cloud environments and should support

self-service provisioning capabilities

The solution should have metering & integration

with show back solutions.

The solution should have preferably resource pool

management capability

The solution should provide authentication,

authorization and accounting (AAA) out of the box

The solution should provide role base access

control using standard authentication and

authorization

The solution should provide same access control

interface for all cloud services

The solution should be able to automate and

provision data centre services such as compute,

storage, networking, backup, replication, load

balancing, security, firewall etc.

2. Multisite

Deployment

Cloud Management Platform should support multi-

site deployment architecture

Page 332: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 331

3 Multi-Vendor

The solution should be based on open, extensible

architecture with multi-vendor hardware support

The solution should support for multiple on

premises cloud technologies including Open Stack,

VMWare vCenter, HyperV, XenServer, Oracle

Exadata etc.

4 Virtualization

Support

The management software must support multiple

hypervisors and have the ability to view and

configure virtual server hosts from multiple

hypervisors, including KVM, Xen, VMWare vSphere

and Microsoft Hyper-V

5 Container

Support

Ability to integrate container technologies such as

Kubernetes, Docker Swarm, Apache Mesos,

OpenShift, Pivotal Container Services and any

major Container Platform

6 Provisioning

The solution should auto scale cloud resources

based on resource utilization of VMs based on

usage of CPU, RAM, Storage etc.

The solution should de-provision of cloud resources

based on date time.

Solution should support for provisioning of Bare

Metal servers as a service.

7 Multi-Tenancy

and User

Management

The solution will be able to manage Multi tenancy

A portal is needed to establish a central point of

access for CMP functions and enable self-service.

The portal should be configurable and accessible

via web browser and mobile devices (native or web

responsive app).

Dashboards must be available to allow different

customer to control the behaviour and

consumption of the services

The model should include these user type for the

CMP

1. Cloud Administrator

2. Managers

3. Users

4. Developers

All the users must be able to access clouds

services always through a Single Portal

The solution preferably provide out of box single

sign on for the hybrid cloud

Page 333: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 332

The solution should provide configuration of

approval flows

The Solution should allow to define roles and grant

permissions to users to access resources at

different granularity levels.

The solution should allow logging of any user

access request for any Cloud Services.

8 Configuration

Management

The solution should integration with Configuration

Management Tools to manage & configure servers,

networks, storage and applications using Chef,

Puppet, Ansible, Nagios etc.

The solution should provide Automation and

Orchestration via both portal and API

The solution should have comprehensive, universal

API support across all cloud platforms enabling full

management of all system objects through the API

(everything the UI can do)

The solution must integrate with service

automation deployment and configuration

management tools to facilitate provisioning,

maintaining and decommissioning resources

through REST APIs

Policy-based orchestration with strong API support

The solution should provide ability to orchestrate

third-party integrations via APIs to simplify the use

of complementary IT service management tools

and products

The solution should provide ability to orchestrate

third-party Load balancer, Firewall, IPS, HIPS via

API

The solution should provide ability to orchestrate

third-party Monitoring and alerting tools via API

9 Networking

The solution should provide support for Software

Defined Networking and auto provisioning of

networks.

10 Governance

The solution should provide Policy-based

Management i.e. it must include a policy engine to

ensure cloud resources and services are managed

in accordance with organization policies

The solution should include logic to track and

manage compliance with regulatory and industry

mandates

Page 334: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 333

11 Self Service

Capabilities

The solution should have Service Catalogue for the

cloud services and same can be customized i.e.

addition of new services like SaaS based or PaaS

based

The solution should have Life Cycle Management

Work flows: Provisioning

The solution should have Life Cycle Management

Work flows: Decommissioning

The solution should have Life Cycle Management

Work flows: Extensible Capabilities to allow “Self

Management” work flows (Reboot/Restart,

Migrate/Upgrade, Scale etc.)

The solution should manage a broad range of

compute, storage and network across cloud

platforms

The solution must be able to allow administrator or

cloud operator define PaaS and SaaS in the service

catalogue for the cloud

12 Cost

Management /

Chargeback

The solution should have out of box capability for

Metering and showback.

The cloud management platform must integrate

will financial tools for charge back solution

13 Invoicing

The solution should should be able to integrate

with billing solutions through REST APIs

14 Forecasting

The solution should provide forecasting spend

associated with currently deployed cloud resources

and services.

15 Workflow

The solution should have ability for work flows to

include business, and architectural approvals

Page 335: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 334

The solution should have capabilities around

Configuration and Change Management work flows

16 Workload

Scheduling

System must allow pre-programming of how the

deployed resources/services will operate in time

System must allow defining the service/resource

lease time at deployment time

17 Auto Scaling

The product has capabilities and mechanisms to

migrate workloads across the different clouds

System will check continuously the load of those

resources configured as scalable

System will adapt automatically (upscaling,

downscaling and horizontally) the amount of

resources within the configured limits and intervals

System must allow upscaling those

resources/services configured as planned-scalable

System must allow orderly removing the extra

resources once the planned upscaling interval has

expired

18 Monitoring &

Reporting

The Solution should have the capabilities for

customization of dasboards

Solution should have ability to provide time period

based reports

The solution should provide analysis of usage data

and forecast to make recommendations that are

actionable with “click to implement”, “What if”

scenarios for across cloud and instance types

The solution should have capabilities of

1. Understanding consumption of cloud services,

2. Rationalization of consumption

3. Recommendations to optimize utilization of

services to decrease cost

Page 336: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 335

The solution should be able to monitor the

performance of compute, network & storage out of

the box

The solution should provide capability of

generating reports for usage & performance

The solution should support exporting of the

reports in multiple formats. This format should be

excel, word, pdf and csv

The solution must be able to apply tags to cloud

resources to facilitate effective management. Both

CMP and cloud provider tags/attributes must be

synchronized for consistency

The solution should provide real time monitoring

and reporting for all the managed cloud services

The solution should provide Real time Capacity

monitoring for the resources i.e. memory, storage,

and CPU

The solution should integrate with Software define

network (SDN) controllers through API for

reporting and monitoring

The solution should have capabilities to generate

customized reports

19.Data Center

Automation

The solution should provide a single pane of glass

for automated provisioning with model-based

orchestration of compute, network, storage,

applications and custom services through a unified

multi-tenant IT service catalogue

The solution should support API integration with

third party tools

The solution should allow authorized

administrators, developers or business users to

request new IT services and manage specific cloud

and IT resources, while ensuring compliance with

business policies

The solution should support management of the

machine life cycle from a user request and

administrative approval through decommissioning

and resource reclamation with dynamic capacity

management

Page 337: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 336

The solution should support extensible automation

and integration with northbound APIs to higher

level applications.

The solution should support creation of services

such as 'Single VM' and a 'Multi- tier application

infrastructure (including software based constructs

such as load balancers)' as part of a standard

template

The solution should support multiple levels of

approval with E-mail notifications and SMS(based

on API) notifications with ability to automate

manual provisioning and de-provisioning of the

tasks and policies embedded in each layer of their

application

The solution should support extensibility

capabilities to customize machine configurations

and integrating machine provisioning/management

with other enterprise-critical systems such as load

balancers, network infrastructure (eg: physical,

virtual switches and dynamic network topologies),

configuration management databases (CMDBs),

ticketing systems and IT service desk tools

The solution should extend operations capabilities

to the requestor of the service eg: ability to

start/stop/suspend virtual machines, request

additional resources and access the VM using

RDP/SSH protocols through the self-service portal

based on entitlement including secure VPN based

channel

The solution should support granular role-based

access control and entitlements of infrastructure

services to consumers with continuous monitoring

for real-time infrastructure consumption to

improve capacity planning and management

The solution should allow administrators to

manage and reserve (allocate a share of the

memory, CPU and storage) resources for a group

of virtual machines to use

The solution should provide an orchestration

engine with ready work flows and ability to create

custom work flows using API or agentless

The solution should integrate with Active Directory

(AD) to allow importing existing users and groups

in addition to creation of local users in the cloud

portal

Page 338: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 337

The solution should support complete application

life cycle, application elements, such as

middleware, databases, or web servers, must be

able to configure into the infrastructure containers

with integrated usage-tracking, utilization trending

analysis functionality to support in built metering

and charge back

Bidder must quote appropriate license to enable

and meet mentioned features in the Cloud solution

Architecture

20.Identify

Management

Solution should allow access and authorization

permission criteria to be linked to role definitions

rather than to individual user accounts so that

these decisions are driven by a user’s membership

of a role

Solution should support the implementation of

Role Based Access Controls (RBAC) for controlling

access to resources within cloud.

Solution should deny assignment of one role to a

user, based on their existing role assignment

(mutually exclusive roles)

Solution should provide a mechanism to authorize

users based on data sources(Identity repository)

outside or inside the main solution.

Solution should support replication of Identity

Information from its Data Source to any other

External LDAP Compliant Directory Services.

Solution should provide Central User Repository

and Identity Management.

Solution should support disablement/deletion of

unused or expired accounts (accounts which have

not been used for a set period of time)

Solution should have a feature to grant

administrative capabilities to users on a fine-

grained manner

Page 339: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 338

Solution should provide a wide range of password

policy capabilities, including strong password

storage schemes, a number of password quality

validators, password expiration, account lockout

after a specified number of failed attempts or if the

account remains idle for too long and count-based

or time-based password history.

Solution should provide a powerful logging

subsystem that can be used to record and audit

the activities requested by clients.

Solution should allow to create any number of log

files of any type, and should allow to use filtering

criteria to control what types of messages go to

each log file (e.g., one access log with just failed

operations, one access log with just privileged

operations etc.

Solution should support encryption of some of

attributes (ex Password) of User Profile in Identity

repository.

Solution should support controlled access to all

Information stored in Identity repository.

The system shall provide comprehensive reporting

such as ―who has access to what, ―who

approved what, ―orphaned accounts found and

these reports should be available online or can

be exported for distribution.

Virtualization

Software

The software should virtualize any critical

application.

The solution shall standardize storage,

infrastructure, and networking services.

The Software should gain workload performance

efficiency.

The Software should Improve application density

and server usage rates while using existing

investments.

Allow users (developers, power users, or tenant

admins) to provision their own virtual and

infrastructure resources, based on role-based

access control policies

The solution shall add memory and central

processing unit (CPU) resources on the fly without

disrupting applications.

Page 340: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 339

Access open application programming interfaces

(APIs) that support the integration of existing and

preferred tools such as Active Directory.

The solution should provide a centralized

management system with a search-driven

graphical interface

The software shall support for virtual local area

networks (VLANs), network bonding, and a wide

range of network devices

The solution should allow users define host and

VM policies for critical infrastructure resources

The solution shall support policies to guarantee

quality of service

The software shall allow users to scale up memory

in addition to CPU, disk, and network for any

workload without restarting the VM

The software should allow to integrate with

preferred third-party monitoring systems

It shall support enterprise management like

Policy-based, automated workload balancing

• High availability

• Event monitoring

• Cluster maintenance

• Live snapshots, templating, and thin provisioning

Provides full support for third-party tools that offer

backup, restore, and replication • Provides

configuration support for add/edit/delete storage

connections to allow multi-pathing, hardware

changes, simpler failover to remote sites, and

array-based replication

Five years comprehensive warranty from OEM

(Proof of the warranty must be attached) with

onsite service support from the date of installation

without any extra cost.

Solution should be provided with ongoing software

upgrades for all major and minor releases for a

period of 5 years.

Page 341: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 340

10.9.10 Software Defined Networking

Software Defined Networking

Make:

Model:

Sl. No. Technical Specifications Compliance

(Yes/No)

Remarks

1 General

Requirements

The solution should offer to deploy virtualized

network functions (like switching, routing,

firewalling, and load-balancing),administrators can

build Software Defined Virtual Networks without

the need for complex VLANs, ACLs, or hardware

configuration syntax on physical network.

The solution shall provide integration with the

proposed datacenter automation solution to enable

automated delivery of complete environments

including compute, networking & security.

The solution shall support granular role-based

access control and entitlements of infrastructure

services to consumers

The solution should have the ability for On-demand

network creation and can define routed, NAT or

Private network profiles based on application

topology

The solution should have the ability to provide

native application isolation and on-demand creation

of security groups based on existing security

policies.

2. Technical

Requirements

'The solution should support multi tenant edge

gateway,integration with 3rd party Load balancers

and also provide tenant based isolations

The solution should be able to define multiple

tenants which would enable the administrators to

create a secure multitenant infrastructure wherein

within a Tenant different business groups can have

resources, service levels and automation processes

that uniquely meet that group’s needs

The solution should enable integration of third-

party network and security solutions through open

architecture and standard APIs. The bidder shall

Page 342: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 341

provide a list of ecosystem vendors that integrate

with the framework

The solution should provide distributed in-kernel

switching.

The solution should provide distributed in-kernel

routing. So the Routing between VM's with

different IP subnets can be done in the logical

space without traffic going out to the physical

router.

The virtualisation soultion should offer distributed

in-kernel routing support with routing protcols like

OSPF and BGP

The solution should support distributed routing

capabilityand should be able to distribute across

cluster within datacenter and across datacenter,

and also it should support dynamic routing (OSPF,

BGP, Static Routing) capabilities.

The Solution should have the ability to offer

Centrally managed distributed L2-L4 stateful

firewall that is kernel-level integrated into the

virtualized host architecture

The solution shall provide stateful inspection

firewall that can be applied at the perimeter of the

virtual datacenter and at the virtual network

interface card level directly in front of specific

workloads.

The firewall-rule table of the solution should be

designed for ease of use and automation with

virtualized objects for simple and reliable policy

creation

The solution should have the ability to offer to

Integrate with industry-leading solutions for

antivirus, malware, intrusion prevention, and next-

gen security services

The solution should offer to Create, change, and

manage security policies across all Virtual

Networks.

The Network and Security virtualization solution

should offer to spin up virtual load balancer

forvarious application VM load balancing

The Solution should have the ability to offer SLB

to provide the load balancing functions in virtual

form factor

The solution should provide support for the

following:

a. Netflow/jflow/sflow support

b. Packet capture up to the VM (RSPAN/ERSPAN)

Page 343: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 342

c. Performance statistics granularity up to VM view

d. Flow monitoring granularity up to VM view (top

flows / live flows)

e. Activity monitoring (monitor applications and

users running on the VM)

f. Syslog Support, Network Snapshot Support, API

Integration support.

The Platform should be purpose built for Software

defined Infrastructure.

The Platform should model the entire Data Center

and tie together visibility across the domains of

compute, network and security for physical, virtual

and cloud.

The software should offer converged visibility and

analytics that tie together compute, network,

storage and security and provide Physical to

Virtual Correlation and troubleshooting.

The Solution should offer 360 degree visibility

across networking and security.

The Solution should offer deep visibility &

reporting into the inter and intra Application

interaction patterns encompassing inside, outside,

Internet, east- west, north-south and hairpin

traffic. And should be able highlight traffic at real

time that’s fllowing in an unsecured or un-

optimized manner.

The platform should offer comprehensive flow

assessment and analytics and security groups and

firewall rules suggestion for the purpose of

implementing micro level segmentation.

The solution should should provide the virtual as

well as physical hops on the path between two

machines in a single view.

Policy Engine &

SDN Controller

SDN Controller shall be virtualized and support

installation on widely deployed hypervisor like

ESXi, KVM etc.

SDN Controller shall support all open interfaces to

integrate with third party element's

SDN Controller should support OpenFlow policy

definition and propagation to network nodes on

the forwarding plane

SDN Controller should communicate over secure

protocol between the controller and the agents

Solution should support same Policy Engine & SDN

Controller for SDN

Page 344: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 343

SDN Controller should be based on industry

proven routing software

Solution shall support centralized policy and

management across DC and WAN

Policy Engine and SDN Controller both should

support high availability architecture during

component failures

SDN Agent and

Virtual Switch

SDN Agent & Distributed Switch shall support

interoperate with KVM, ESXi & Hyper-V hypervisor

Solution shall support SRIOV & DPDK

Solution shall support Smart NIC

Solution shall interoperate with ESXi

Solution shall interoperate with KVM

Solution shall interoperate with Hyper-V

Solution shall interoperate with Bare Metal

Solution shall interoperate with Container's

Security and

Analytics

The solution shall support granular role-based

access control and entitlements of infrastructure

services to consumers

The Solution should offer Centrally managed

distributed L2-L4 stateful firewall that is kernel-

level integrated into the virtualized host

architecture

The solution should offer distributed firewall should

be able to filter traffic based on logical groupings.

The solution should offer to Integrate with

industry-leading solutions for cloud based security

solutions like Z-Scaler or similar

Solution should support Report Generation based

on: ■ ACL allow/deny hits vs. time

■ ACL allow/deny hits by destination

■ ACL allow/deny hits by source

Ability to define TCAs based on ACL metrics

Reports based on: ■ TCP conn vs. time

■ UDP traffic vs. time

■ ICMP vs. time

Ability to define alerts based on traffic metrics

The Solution should offer deep visibility &

reporting into the inter and intra Application

interaction patterns encompassing inside, outside,

Internet, east- west, north-south and hairpin

traffic. And should be able highlight traffic at real

Page 345: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 344

time that’s fllowing in an unsecured or un-

optimized manner.

The platform should offer comprehensive flow

assessment and analytics and security groups and

firewall rules suggestion for the purpose of

implementing micro level segmentation.

The solution should offer to Create, change, and

manage security policies across all Virtual

Networks.

Policy-based mirroring enables mirroring of select

traffic to an intrusion detection (ID) system or

traffic analyzers for threat detection, analytics, and

troubleshooting.

Solution shall support detect security threats and

monitor compliance with contextual network

Visibility and security analytics in real-time.

Solution shall support respond faster to security

incidents and breaches by automating remediation

processes, such as quarantining suspicious

applications or engaging deeper analysis tools.

Solution shall support multi-layer security policy

management capability enables multiple teams,

such as the network security and application

teams

Solution shall support application specific whitelist

policies.

Solution shall support traffic flows visualization

with context (e.g., policy group, and domain),

between both within the datacenter as well as

between datacenters and branch networks.

Solution shall support insight into network security

events with near real-time security alerts, security

dashboards, and reports

Layer 4 ingress/egress ACLs can be centrally

defined based on flexible grouping of end points at

the Policy Group, Subnet levels etc.

Page 346: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 345

Layer 4 forwarding ACLs can be defined to

selectively steer traffic to re-direction targets such

as NGFW or IPS.

Layer 4 security policies can be enforced for VM,

containers as well as bare-metal, and at branch.

Layer 4 distributed firewall should be validated by

independent auditors for network segmentation

like PCI

The OEM should be in leaders / challengers

quadrant of latest Gartner Magic Quadrant for

Data Center Networking

OEM Eligibility

Criteria

Five years comprehensive warranty from OEM

(Proof of the warranty must be attached) with

onsite service support from the date of installation

without any extra cost.

Appliance should be provided with hardware

replacement warranty and ongoing software

upgrades for all major and minor releases for a

period of 5 years.

Page 347: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 346

11 Project Management

To consider the complexity of the project, the implementation of the same requires a robust

but flexible project governance and management structure. It is proposed to form a Project

Monitoring Committee chaired by Competent Authority for providing overall strategy and

policy guidelines with adequate members from the project stakeholders. Further, it is

proposed that a Project Management Unit (PMU) shall be designed and set up for ongoing

tracking of the project. The proposed PMU shall be supporting STPI in project monitoring and

management of the project. The Project Governance team should be adequately staffed and

strong enough to identify the risk and suggest risk mitigation

The Project Monitoring Committee, chaired by Competent Authority, a flexible membership

will exist from the stakeholders on need basis. The committee will be supported by the Project

Management Unit (PMU).

The bidder should submit the project plan along with technical bid submission

Roles and responsibility of PMU

The high-level responsibilities of the PMU would include, but not limited to, the following:

o Preparation of Project Plan with detailed activities and timelines in consultation with the

implementation Agency.

o Review of the Solution Design Document prepared by Implementation Agency against

various KPIs.

o Examine, Review of the solution.

o Examine, Review the SLAs and KPIs from time to time basis and reporting to STPI.

o Ensuring strategic control of the project.

o Monitoring of Project Implementation in terms of managing the project timelines, quality

of deliverables by close coordination with Implementation Agency.

o Assist STPI in resolving the implementation issues like business models, technology,

standards and domain related issues.

o Ensure support during Operation and Maintenance period in terms of customer satisfaction

and scalability of the solution.

o Evaluating the project on a continuous basis.

o Conduct regular strategic meetings and issue Minutes of the Meetings (MoM)

Project Management Team Responsibility:

Agency Role Responsibilities

Implementing

Agency

Third party

responsible for Design

& Implementation

Design the Technical solution

Procurement & Commissioning of

Hardware

Implement the solution

Page 348: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 347

Publicize the project inside and outside

the State

Obtain clearances/ approvals from

appropriate authorities

Post implementation operations &

maintenance

Adhere to regulatory compliances

Project Monitoring

Committee

Oversee the

execution of project

Periodical review of the operations of the

project

Periodical review of performance

obligations of the project

To identify the risk and communicate to

STPI on time

To resolve disputes if any arises between

the parties

To provide feedback about the

performance of the Data centre Project

To provide necessary advice to the

Implementing agency to obviate day to

day operational issues and address their

grievances

Project Management

Unit

Project Management

& Monitoring

Conducting Survey

Propose the Plan

Executing the work

Monitoring

UAT

Post Implementation Monitoring & KPI

compliances

Indicative Reporting Mechanism

Activity Daily Weekly Fortnightly Monthly Quarterly

Project

Review

Meetings

by STPI

√ √ √ √

Weekly

status

Page 349: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 348

review

meetings

Daily team

review

meetings

SLA review

report

Issue

matrix

Risk matrix √

11.1.1 Testing and Commissioning

Testing Commissioning shall involve the completion of the Data Centre components.

Acceptance test procedure has to be submitted by the bidder and approved by STPI.

“Detailed test plan shall be defined by the bidder and mutually agreed with STPI. This shall

be submitted by SI before FAT activity to be carried out. Acceptance test procedures need to

be finalized between the SI and Project Management Committee before the FAT is scheduled.

Test needs to be carried out as per approved Acceptance Test Procedure (ATP). If required,

additional test(s) may be proposed by Tendering Authority and the same needs to be carried

out by bidder. Any tools and equipment required for carrying out test(s) has/ have to be

arranged by the bidder at its own cost. FAT approving committee would be constituted by

Project Management Committee.” Commissioning shall involve the completion of the

following:

o Supply and installation of all required Non IT and IT components.

o Making the Data Centre available to STPI for carrying out live operations

o Getting the acceptance of the same from the STPI/ Tendering authority/ consultant.

11.1.2 Final Acceptance Testing

The final acceptance shall cover design, Supply and installation of data centre components.

After successful testing the STPI or third party monitoring agency will issue the Final

Acceptance Test Certificate (FAT) .The date on which Final FAT certificate is issued shall be

deemed to be the date of successful commissioning of the STPI DC.

Prerequisite for Carrying out FAT activity:

o Detailed test plan shall be defined by the bidder and mutually agreed with STPI/

Consultant. This shall be submitted by SI before FAT activity to be carried out.

o All documentation related to STPI DC and relevant acceptance test document (including IT

Components, Non IT Components etc.) should be completed & submitted before the final

acceptance test to STPI.

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

test.

Page 350: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 349

o For both IT & Non-IT equipment’s/ software manuals/ brochures/ Data Sheets/ CD/ DVD/

media for all the STPI supplied components.

The FAT shall include the following:

Availability of all the defined services shall be verified.

The SI shall be required to demonstrate all the features/ facilities/ functionalities as mentioned

in the RFP.

The SI will arrange the test equipment required for performance verification. Successful bidder

will also provide documented test results.

SI has to provide the OEMs installation & configuration validation leading to the FAT as per

the best practices/ solution requirement prior to the commencement of FAT transformer, DG

set, UPS and safety and security equipment’s of their respective products.

At the time of FAT, warranties of all the products would be checked, warranty should be 1

year from the date of commissioning and SI is required to produce relevant documents.

11.1.3 Training

The SI shall conduct training after installation and commissioning has been completed.

Training will be provided for max 20 people for max 2 weeks. All the training material and

other associated expenses shall be borne by the SI. The training shall cover both IT and Non-

IT components.

The SI shall provide a comprehensive onsite training on deployed cloud solution to the 10

member’s team nominated by STPI, Bhubaneswar

The training course and materials should be in line / equivalent to the OEM’s syllabus for

professional certifications. The training should be instructor led and should be conducted by

the respective OEM at STPI, Bhubaneswar

All the OEMs should give hands on training on their products to the O&M team and well as

STPI team.

Sl. No. Training Description

Non- IT Training

1 Data Centre Design

2 Overview of Non-IT Components

3 Electrical Distribution System

4 DG System & Operation

5 UPS System & Operation

6 PAC System & Operation

Page 351: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 350

7 Security System & Operation

8 BMS System & Operation

9 Data centre structured Cabling Non Intelligence solution

10 All others remaining details of STPI DC

IT Training

11 Overview of IT Components

12 Data Centre Network Design

13 Data Centre IT Architecture

14 L1 training for network equipment’s, Servers, Operating Systems, Databases,

Security equipment’s

SLA

15 Overview of SLA Monitoring & Management

Do’s & Don’t

Note: The above table is just minimum indicative list, type of training to be provided, however,

it is required to furnish the training details along with the time period and each types of

training, the target audience for the respective training and the number of people that should

attend the training.

11.1.4 Documentation

Provide documentation, which follows the Information Technology Infrastructure Library

(ITIL) standards. This documentation should be submitted as the project undergoes various

stages of implementation.

Indicative list of documents include:

o Project plan in MS project giving out micro level activities with milestones,

dependencies and deadlines.

o Original manuals and CDs/ DVDs from OEMs and shop drawing for all installed DC

equipment’s with 3 copy to STPI.

o Training material will be provided which will include the presentations used for

trainings and also the required relevant documents for the topics

o The bidder shall be responsible for preparing process documentation related to the

operation and maintenance of each and every component of the STPI DC. The prepared

process document shall be formally signed off by the STPI before completion of final

acceptance test.

o The selected bidder shall be responsible for documenting configuration of all devices

and keeping back up of all configuration files, so as to enable quick recovery in case of

failure of devices.

o The selected bidder shall submit the following shop drawing,

o Electrical SLD

o Mechanical SLD

o Cable tray

o Lighting

Page 352: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 351

o Fire Alarm System

o VESDA

o PA System

o Gas based Fire suppression system

o Water Leakage Detection System

o Rodent Repellent system

o Access Control System

o CCTV

o Integrated Building Management system

o Structured cabling

o Coordinated drawing for all services

12 Health Safety Environment

HSE Team Responsibilities:

o Ensure all workers are knowledgeable and have access to the latest publications of

applicable laws and regulations, including:

o HSE rules and safe work standards;

o Operating and critical task procedures;

o Emergency response procedures; and

o Environmental protection requirements;

o Ensure worksites offer safe and healthy working conditions;

o Ensure property and equipment are maintained to Company and manufacturer standards;

o Ensure site-specific safe work practices (e.g., start-up and shutdown practices) are

developed for each facility as required, and implement training of site employees and

contractors to ensure procedures are understood;

o Communicate HSE performance expectations, requirements and results to employees and

contractors;

o Reinforce program objectives, policies and regulatory requirements by insisting on

performance and behaviour that meet Company standards;

o Ensure compliance and incident reports are submitted as required;

o Ensure incidents are investigated and followed up with appropriate corrective actions;

o Identify training programs and opportunities as needed;

o Understand regulatory requirements;

o Understand and implement the corporate HSE Management System;

o Identify, eliminate or minimize hazards;

o Identify and correct unsafe work habits;

o Ensure workers are properly qualified and trained to perform their work, know what is

expected of them, and are prepared to deal with the hazards of their work and worksites;

o Monitor work to ensure contractors and their employees comply with corporate standards

and government legislation and regulation;

o Ensure personal protective equipment is available, properly used, maintained and replaced

as necessary;

o Monitor facilities for HSE performance, hazards and general housekeeping standards;

o Assist management in the continued development of HSE programs;

o Ensure required pre-job meetings and regular HSE meetings are held and recorded; and

Page 353: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 352

o Review inspection, audit reports, and respond to reported deficiencies.

Employees and workers will meet the following HSE responsibilities:

o Learn and abide by HSE standards and regulations that pertain to their work, and contact

a supervisor if there is any confusion over what is required;

o Take an active part in learning, developing and promoting HSE programs and goals;

o Refuse to perform work they are not qualified to do or when unsafe conditions exist;

o Attempt to correct unsafe or hazardous conditions. Where conditions cannot be corrected,

report the hazards to a supervisor;

o Immediately report all incidents to a supervisor;

o Keep written records of incidents;

o Maintain the appearance of Company facilities and promote good relations with local

officials and residents;

o Maintain and operate equipment in a manner that minimizes leaks, spills, emissions, noise

and other hazards;

o Know the locations of emergency, personal protective and spill response equipment and

how to properly use it;

o Clean up and report spills as they occur; and Monitor activities of fellow employees and

workers, especially new or inexperienced workers, to ensure they do not place themselves or

others at risk.

Visitors

A visitor is anyone who will be on a worksite for a short period of time (e.g., less than a day)

and who must be accompanied at all times to ensure he or she is protected from the hazards

on the site. Visitors include government representatives, students, senior Company

employees and others. Visitors will meet the following HSE responsibilities:

o Refrain from entering Company property or worksites except when permission has been

granted by a Company supervisor, and only when accompanied by a Company representative,

unless otherwise approved; and

o Wear appropriate protective clothing and equipment in accordance with the standard

requirements for the area and work conditions.

Page 354: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 353

13 Operation & Maintenance

The bidder shall propose 1 year Operation and Maintenance.

The bidder should consider the below manpower for operation and maintenance,

S. No AMC Manpower General

1st

Shift

2nd

Shift

3rd

Shift

1 Facility Manager Yes No No No

2 Electrical Engineer No Yes Yes Yes

3 Elelctrical Technician No Yes Yes Yes

4 BMS Technician No Yes Yes Yes

5 HVAC Technician No Yes Yes Yes

6 Multi Skill technician Yes No No No

7 Cloud / Network Administrator Yes No No No

8 Network Engineer No Yes Yes Yes

9 Cloud Server Specialist No Yes Yes No

This is minimum indicative list of resources and based on actual requirements bidder may

deploy any number of resources to meet the SLA. STPI shall not pay any cost for additional

resources deployed for compliance of SLA and completion of scope of work in due time.

In case deployed manpower is not available or on leave, bidder is required to provide the

replacement personnel with same or higher technical capabilities of the non-available

personnel.

The bidder should consider for first year Manpower cost during warranty period.

The bidder should consider all the equipment CAMC cost from second year to fifth year.

The bidder should submit the SLA for operation & maintenance along with technical proposal.

The bidder should ensure all proposed OEM should have local office at Bhubaneswar. The OEM

or SI has to maintain the 10 % spare parts at their local office.

The SI has to submit the detailed SLA and that SLA should agree both OEM and STPI.

The bidder shall propose the helpdesk management system to log the call and update the

status trough online.

Operation and Maintenance:

The Scope of Work (M&E) document and thus needs to be read in conjunction with the

document to understand the special considerations required to be adhered to while

undertaking provision of services to Sites earmarked specifically as Critical.

Maintenance:

Page 355: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 354

All maintenance should be carried out to meet the manufacturer’s requirements, Client and

Site Operations Best Practices Guidelines or other Documented and internationally recognised

Maintenance Best Practice.

Any changes of maintenance against these standards will need to be brought to the notice of

the Facility Manager or Senior Most Executive on Site for further review and approval by the

Client Real Estate and Site Operations Data Centre Manager. Any unauthorised changes to

the Maintenance schedules will be considered a breach of the Service Level Agreement

The Bidder shall undertake Data Centre infrastructure maintenance to satisfy the business

and operational requirements, including: but not limited to:

o High & Low Voltage Electrical Distribution

o Uninterrupted Power Supply

o Generators

o Static Switches

o Lighting

o Fire Detection & Suppression Systems

o Cleaning, including under floor and specialist services.

o Fabric/Structure

o Air Conditioning

o Leak Detection Systems

o Alarm Monitoring, BMS & Hardwired

Maintenance Scheduling:

Data Centre Maintenance

All maintenance activities are scheduled throughout the year in conjunction with the CLIENT

Change Freeze periods and will be communicated through the Facility Manager or Data Centre

head to coordinate the change management requirements

All changes will be presented to the Facility Manager or Data Centre Head at least 2 weeks in

advance where possible. Any change requests that are required to be submitted to an

Approval Board and will only be submitted when accompanied by an implementation plan,

risk analysis and procedures.

Shutdowns

Where sites require a shutdown to conduct maintenance, 2 month’s notice shall be given.

Any component that cannot be maintained when a shutdown is rejected by Data Centre

Head.

High Risk/High Impact Scheduled Maintenance

The dates, times and duration of high risk/high impact or low risk /high impact maintenance

activities, where possible, will be documented in December for the following year activities.

This scheduled maintenance document will be circulated through the Facility Manager or

Data Centre Head to the relevant businesses to give advance warning and allow for

requested changes to be accommodated. Once these dates are agreed the planned activities

will be raised through the local Change Management Process.

Page 356: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 355

Advance notification must be given for any Maintenance Works that require to be rescheduled

during the year. The Bidder must give prior notice if additional costs are likely to result for

the change instigator to accept charges prior to deferment of the maintenance works.

Defect Rectification:

There will be occasions when defects within the infrastructure will be identified through

alarm notification or during normal maintenance activities. The notification and defect

rectification process will follow the Local Data Centre Change Process.

Breakdown Repair Turnaround

Where equipment design is

single unit configuration,

or the system has lost total

redundancy

BIDDER to mobilize country and global resources to minimize

repair time where there is a Severity 1 or 2 problems or there

is a risk to CLIENT Business continuity. This will also include

the supply of overarching and detailed work plans that are

acceptable to CLIENT

Where redundancy is still

available

Resourced during core business hours -subject to Client

escalation This will also include the supply of overarching and

detailed work plans that are acceptable to Client

Environment Specification:

The Bidder shall maintain the conditioned environment within the parameters of these

specifications for each location.

Site shall be operated within the design parameters contained within the site specification

documents and kept at site. This document to be prepared by Selected Operation Team and

approved by data centre head.

The maximum operating limits specified for individual computing hardware machines are

varied, however to ensure computing reliability air-conditioned environment within the design

parameters of the individual computing hardware is essential.

Generally, the air conditioning system should be designed for 22 degrees C (71.6 degrees F)

and 45 percent relative humidity at altitudes up to 2150 m (7000 ft.).

Air conditioning control instruments that respond to + or -1 degree C (+ or -2 degrees F)

temperature and + or -5 percent relative humidity should be installed.

The optimum condition is where the room is at the design criteria of 22 degrees C (71.6

degrees F) and 45 percent humidity.

A high efficiency filter should be installed to filter all air supplied to the computer room.

Because mechanical and electrostatic air cleaners operate on different principles, a different

rating is specified for each type. Ratings are determined by using the test methods outlined

in the American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE)

Page 357: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 356

Standard No. 52-76 (or national equivalent). Special air filtration is necessary where

installations are exposed to corrosive gases, salt air, or unusual dirt or dust conditions.

If a particular Data Centre is unable to meet the above specification the deviation is to

be documented explaining the extent of the problem and presented at the Data Centre

Power Specification:

The Contractor shall maintain the power delivery within the parameters of these specifications

for each location.

Each site shall be operated within the design parameters contained within the site

specification documents kept in the "Critical Documents Library" at each site.

The maximum operating limits specified for individual computing hardware machines are

varied, however to ensure computing reliability an environment within the design parameters

of the individual computing hardware is essential.

The following design parameters are a general guidance, or for when original design

documentation is not available for a site, and are an extract form the CLIENT e Server IP

Manual

The phase-to-phase steady-state voltage must be maintained within plus 6 percent to minus

13 percent of the normal rated voltage, measured at the receptacle when the system is

operating. A voltage surge or sag condition must not exceed plus 15 percent or minus 18

percent of the nominal voltage and must return to within a steady-state tolerance of plus 6

percent or minus 13 percent of normal rated voltage within 0.5 second.

The phase frequency must be maintained at 50 or 60 Hz + 0.5 Hz.

The value of any of the three phase-to-phase equipment voltages in the three-phase system

must not differ by more than 2.5 percent from the arithmetic average of the three voltages.

All three line-to-line voltages must be within the limits specified above.

The maximum total harmonic content of the power system voltage waveforms on the

equipment feeder must not exceed 5 percent with the equipment operating.

Power & Cooling Load Management:

To monitor machine room power and cooling loads, the Supplier will maintain power and

cooling records in a format acceptable to CLIENT, and on a Quarterly basis whilst they are in

a "Green" status forward these to the Facility Manager or Senior Most Executive on Site.

These records cover all elements of the power and cooling systems: chillers, cooling towers,

process coolers, generators, UPS to identify the load restriction within the systems. These

records will be kept on the Facilities Management team room in a file format supplied by Client

or subsequent files agreed to by the CLIENT Real Estate and Site Operations Data Centre

Reliability Program Manager.

UPS systems will have load readings taken monthly on the first business day of each month.

These records will be kept on the Facilities Management team room in a file supplied by

CLIENT or subsequent files agreed to by the CLIENT Real Estate and Site Operations Data

Page 358: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 357

Centre Reliability Program Manager.

Operational Loading Limits for UPS, Generators & Cooling Systems

Green -Below 75% -No action required.

Yellow -75% and 80% - Facility Manager or Senior Most Executive on Site /Data Centre

Manager are to formalise action plan to reduce the load to below 75% or plan to accommodate

the growth. This will also require an increase in the scheduled load readings taken for the

equipment, this increased work load will be agreed, Facility Manager or Senior Most Executive

on Site and Client Real Estate and Site operations at the time the threshold is passed.

Red -Above 80% - A documented meeting with the Facility Manager or Senior Most Executive

on Site & escalated to Data Centre Management Services Manager and. This will also require

an increase in the scheduled load readings taken for the equipment, this increased work load

will be agreed by Facility Manager or Senior Most Executive on Site and Client Real Estate

and Site operations at the time the threshold is passed.

Operation Support:

The Bidder shall respond to notification of an alarm within the following time scales:

CRITICAL ALARMS -Manned Site

Core Business Hours Service Response Times

Severity 2 Response in under 15 minutes from time of notification

Severity 3 Response in under 4 core business hours from time of notification

Severity 4 Response within 8 core business hours or better

Critical Alarms:

Core Business Hours Service Response Times

Severity 1 Response in under 15 minutes from time of notification, and Attendance

to site within 1 hour from time of notification or better

Severity 2 Response in under 15 minutes from time of notification, and Attendance

to site within 1 hour from time of notification or better

Severity 3 Response in under 4 core business hours from time of notification

Severity 4 Response within 8 core business hours or better

Installation Activities:

All user requests for change activity within the Critical Site or Data Centre including power

socket supplies, network connections, floor tile cut outs etc. will follow the Real Estate and

Page 359: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 358

Site Operations Small Projects Process for approvals and funding.

Any proposed changes that compromise the Critical Site or Data Centre standards or exceed

the operational loading limits of the infrastructure are to be reviewed by Real Estate and Site

Operations, prior to funding request by BIDDER.

Dual Cord Equipment:

Where practical all equipment which will be placed in the Raised Floor will have the Dual Cord

Function tested in the pre-production area before it is moved to the Raised Floor.

The Team is to assist with the testing. The equipment should be tested to the maximum

loading possible in the presence of a Supplier Site Representative and the Raised Floor

Manager with at least two dual power change overs. The equipment should correctly either

support the dual cord facility or there should be two independent equipment components

supported from two different power sources of power. The Data Centre Management Services

is responsible for the correct operation and connection of Dual Cord Equipment and any

deviation should be accordingly recorded with the risks clearly identified.

Records of all tests are to be kept on the Facilities Management Team Room.

Hand Over Commissioning & Testing:

All projects carried out in the Data Centre will be formally handed over and will have a

standard sign off document for all projects.

Safety:

The team shall responsible for ensuring that all employees and local vendors under their

management will meet all statutory requirements and operate to Client Occupational Health

and Safety requirements.

Risk Analysis, Recording & Management:

The Team consultation with Facility Manager or Data Centre head will be responsible for

identifying all items of risk associated with the facilities that have the potential to impact on

the Critical Site operations. All such risks are to be effectively managed and adequately

recorded.

Site Status Reporting:

Team is to provide a status report for the Data Centres on a fortnightly basis. The information

required to be included in this report will be mutually agreed to with the............ Facility

Manager.

Emergency Response Plans:

The Bidder shall prepare an emergency response plan document for the Critical Site in a

format as given by Facility Manager or Senior Most Executive on Site and are to detail the

step by step procedures for response to an emergency that has the potential to impact the

operations at the site. The document is to be reviewed on an annual basis. If changes to the

infrastructure are made that effect the emergency response plans then amendment is to be

made to the document immediately. The document is to be kept on the “............ Facilities

Management Team Room”.

Page 360: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 359

Critical site requirements:

In order to monitor, performance in respect of the service provisions within this SOW, a set

of measurements are taken and recorded on a regular basis.

The services measured are:

Operational Response (%) - a measure of the time taken from a Data Centre critical alarm

notification to the attendance by the Duty Engineer. This is represented as percentage

achieved against the operational support service levels defined in this document.

Facilities Infrastructure Availability (%) – a measure of the time the infrastructure is available

to support the Data Centre services. This is represented as percentage availability on a

monthly and annual basis.

Shutdown Achievement – a measure of whether an infrastructure that requires an annual

shut down for maintenance is actually achieved.

Power Management – a measure of the operational load on the UPS and generators. This is

represented as percentage connected load on a monthly basis.

Cooling Management – a measure of the operational load on the installed cooling systems on

a monthly basis.

General Terms:

Severity 1:

o Computer Room has actually suffered a Critical Systems outage e.g. Electrical Outage

caused by UPS or Distribution system.

o IT Systems would be down and Customers would have experienced an outage

Severity 2:

Site has suffered an External Power Outage and is running on Generators, UPS is off-line or

in Bypass, Computer Room Air Conditioning System is down, Building Management System is

down.

o Customers have not experienced an outage but critical Facilities equipment is now not in a

BAU operation and there is a possibility of customer impact whilst the site is in this mode, the

risk and probability may be low but the impact is high.

o Loss of redundancy that may result in loss of cooling if further failure occurred. Redundant

systems are down and loss of any further capacity will may cause impact to the IT systems.

Severity 3:

o Site has taken a short External Power hit and UPS covered it, an individual piece of Facilities

equipment is down but is not in the critical path and can be attended to in next 24 hrs. No

Customer impact and no likelihood.

Severity 4:

o Minor problem with a piece of Facilities equipment that can be attended to within the next

week or at the next service interval

o UPS: UPS is a system that provides smoothed power so that in the event of a power

fluctuation the power quality to the service is not affected. In the event of a power failure the

UPS will also maintain the power to the service for a period of time dictated by the back-up

Page 361: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 360

battery autonomy time. This is generally designed at 10 minutes at full design load.

o (N) - N is the number of system units without redundancy (UPS/Pumps/Generators etc.)

that support the services i.e. in the event of a failure (or maintenance) of any one component

the service cannot be maintained

o (N+1) - N+1 is the number of system units with redundancy (UPS/Pumps/Generators etc.)

that support the services i.e. in the event of the failure (or maintenance) of any one

component the service can continue unaffected.

o INCIDENT - Is a failure of a component without loss of DP Services

o INTERRUPT - Is a failure of a component with loss or degradation of DP Services (an

INTERRUPT will be measured from the time the component fails to the time the component is

available).

o DP SERVICE - Data Processing service is an IT service being provided to a customer within

agreed customer service giving hours. (A service problem will be defined

INTERRUPT/INCIDENT at the time of the problem).

SLAs for Critical Site:

S. No NATURE OF SERVICES

SEVERITY

LEVEL

SLA

(TAT)

1 UPS supply failed to server room 1 15 Minutes

2 UPS supply failed to workstation 2 30 Minutes

3 UPS supply failed to emergency light 2 01 Hours

4 PAC of critical area not working 1 15 Minutes

5 A/C is not working in workstation 3 01 Hours

6 Light is not working on workstation 3 02 Hours

7 Projector Installation 3 30 Minutes

8 Carpentry Job 4 04 Hours

9 Plumbing Job 4 02 Hours

System Component Frequenc

y Scope of Work

Respon

sibility

Spares

parts in

Stock

ELECTRICAL SYSTEMS

Thermog

raphic

Scan

All Annual

Perform

thermographic scan of

PDUs, panels,

switchgear, MCCs,

UPSs, static switches,

Bidder

Page 362: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 361

variable frequency

drives, equipment,

and cable connections

600V and below

High-

Voltage

System

HV Feeders 3 Years

Inspect feeder

terminations. Re-tape

as necessary. Check

torque on connections.

Inspect for signs of

arcing or corona.

Bidder

Spare HV

cable

splicing kits

(tape,

etc.), spare

lugs for

each

applicable

cable type

Unit

Substati

on

Air Switches 3 Years

Check connection

torque, perform DLRO

test. Visually inspect

cabling, buss work,

and lightning arrestors

for damage. Visually

inspect fuses for signs

of overload and

potential failure.

Bidder

Contact

parts,

insulators,

fuses

Dry Type

Transformer 3 Years

Clean, perform TTR

test or Megger (if de-

energized), check

connection torque,

and verify cooling fan

operation. Visually

inspect for potential

fault conditions. Verify

absence of foreign

objects or debris

within transfer

compartment.

AMC

Vendor

Cooling fan

motors and

blades, hot

spot

indicator

and fan

control

480V

Switchgear 3 Years

Clean and check

connection torque.

Test operation of

secondary automatic

transfer scheme (if

applicable).

Bidder

Control

fuses,

control

relays, pilot

lamps

LV Power

Circuit 3 Years

Clean and check

bolted connection

torque, exercise,

lubricate and perform

At least one

complete

spare

breaker for

Page 363: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 362

primary or secondary

injection test. Verify

correct settings per

short circuit and

coordination study.

each frame

size, with

spare trip

unit and

rating plug

Unit

Substati

on

Moulded Case

Breakers 3 Years

Clean, exercise,

lubricate and perform

primary or secondary

injection test. Verify

correct settings per

short circuit and

coordination study.

At least one

complete

spare

breaker for

each frame

size,

complete

with trip

unit and

rating plug

DC Control

System

Batteries

Annually

Check water level on

flooded batteries.

Inspect connections

for excessive

corrosion. Inspect

battery cases for

cracks or damage.

Test voltage and

specific gravity of

each cell.

Bidder

Generat

or

Diesel

Generator Set

Per Engine

Manufactu

rer

Change crankcase oil,

oil filters, fuel filters

and air filters. Submit

crankcase oil and

coolant samples to

testing laboratory for

analysis.

Weekly

Test run offline for 15

minutes minimum

(unloaded). Note: be

sensitive to “wet

stacking” issues

Bidder

Oil, fuel,

and air

filters, pilot

lamps,

control and

Monthly

Test run with critical

load. Verify oil and

coolant levels. Run at

least one hour.

Switching operations

sequence should be

reviewed by an

Bidder

instrument

fuses,

spare

regulator,

spare

Page 364: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 363

electrical engineer to

ensure proper

operation

Annually

Simulate a utility

outage by “failing”

utility power

upstream.

Thermographically

scan terminations

while under load. Run

at least one hour.

Switching operations

sequence should be

reviewed by an

electrical engineer to

ensure proper

operation

Bidder electronic

governor

3 Years

Operate parallel

system with critical

load with redundant

engine(s) off line to

permit full-load testing

of engines, or test

individual engines at

full load with load

bank.

Bidder

Generator

Starting

Batteries

Monthly

Load test, clean and

tighten terminals,

check specific gravity,

verify water level.

Bidder

Battery

terminals

and cables.

Larger sites

may elect

to stock

spare

batteries.

Generat

or

Generator

Paralleling

Switchgear

Quarterly

DC control system

batteries - Check

water level on flooded

batteries. Inspect

connections for

extensive corrosion.

Inspect battery cases

for cracks or damage.

Test voltage and

Bidder

Control

fuses, one

spare for

each frame

size;

Page 365: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 364

specific gravity of

each cell.

3 Years

Clean and test

breakers. Clean and

test relays. Check

torque on bolted

connections.

Spare PLC;

pilot lamps.

Generator

Fuel Tank

Day Tank (if

applicable)

Annually

Test fuel samples for

contamination and

breakdown, perform

Fuel polishing/filtering

if either is evident.

Inspect tank for leaks.

Bidder

Verify operation of

level gauges. Bidder

Note: Do not accept

fuel deliveries from a

common tank truck

Bidder

multiple storage tanks

or generator sites Bidder

UPS

UPS Battery

String

Monthly

Visual inspection -

check cells for

swelling, fluid leaks,

or

Bidder

Damage to jar. Note

any cells with

excessively low fluid

level.

Bidder

Quarterly

See Appendix B.

Site option: test

specific gravity of

each wet

Bidder

cell or every tenth wet

cell

Annually

DC Circuit

Breaker 3 Years

Rotate with new or

factory-certified

breaker (or perform

primary

Bidder One spare,

certified

breaker for

Page 366: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 365

Injection test if cost-

effective).

each frame

size

UPS Bypass

Switchgear Annually

Check for proper

operation.

Spare

fuses,

spare parts

as

recommend

ed by

AMC

Vendor

manufactur

er, parts

not stocked

locally by

service

vendor

should be

stocked on

site

UPS

UPS Bypass

Switchgear 3 Years

Clean and test

breakers (primary

injection test

preferred).

One spare

breaker for

each frame

size and

configuratio

n

UPS Module

Semi-

annually

“Minor” service. See

Appendix B

Spare

fuses,

spare parts

as

recommend

ed by

Annually “Major service. See

Appendix B

AMC

Vendor

Manufactur

er.

As

Recommen

ded by

Manufactu

rer.

Replace capacitors.

Parts not

stocked

locally by

service

vendor

should be

stocked on

site

Static

Transfer

Switch

Annually

Test for proper

transfer. Verify

transfer settings.

AMC

vendor

Spare

fuses,

spare parts

as

Page 367: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 366

Static

Switch

Or

recommend

ed by

Thermographic scan

connections.

Manufactur

er.

UPS

System

3 Years

Clean and test

breakers. Clean and

test relays. Check

torque on bolted

connections.

AMC

vendor

Parts not

stocked

locally by

service

vendor

should be

stocked on

site

PDU

Transformer 3 Years

Clean and replace air

filters (if equipped),

perform TTR test if

able to de-energize.

AMC

vendor

Static Switch Annually

Test for proper

transfer first by

manual operation,

then by failure

AMC

vendor

Spare

fuses, other

spare parts

as

recommend

ed by

Manufactur

er

PDU

Static Switch

As

Recommen

ded by

manufactu

rer

Replace capacitors. AMC

vendor

Panel board 3 Years

Clean and check

torque on connections.

Inspect for mechanical

Bidder

Branch

circuit

breakers

(one for

each size),

Or heat damage.

Verify connection of

snap-in breakers.

control

fuses,

breaker

blanks, line

side lugs

Monitoring/Co

ntrol Annually Verify proper

operation. Non-Bidder One spare

for each

Page 368: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 367

supervised systems

should be

type

system

module System Closed- loop.

All

Systems

Bus Duct 3 Years

Tighten bolted

connections. Verify

operation of

Bidder

Spare plug-

in units if

used

Anti-condensation

heaters on outdoor

bus (if equipped).

Verify

Absence of leaks on

outdoor bus.

Variable

Frequency

AMC

vendor

Spare

fuses, pilot

lamps,

lugs.

System

must be

Drives

operable at

100% in

the event

of drive

failure

Panel board 3 Years

Clean and check

torque on connections.

Inspect for mechanical

Bidder

Or heat damage.

Verify connection of

snap-in breakers.

Branch

circuit

breakers

(one for

each size),

“Exercise” branch

circuit breakers only if

unit is off line

control

fuses,

breaker

blanks, line

side lugs

Protective

Relays 3 Years Calibrate.

EPO

(Emerge

ncy

Annually

(if

practical)

Verify that power is

available at each EPO

station. Verify remote

Bidder

Page 369: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 368

Power

OFF) Otherwise,

perform

Alarm / notification of

EPO station activated.

Verify alarm on

Bidder

Spare

buttons,

contact

blocks, and

lamps.

During 3-

year PM

cycle.

Activation of an EPO

system. Verify alarm

on activation of an

EPO system.

Bidder

INSTRUMENTATION & CONTROL SYSTEM

Thermometer

s Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Flow Meters Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Pressure

Gauges Annually Calibrate. Bidder

Minimum

one spare

for each

type or

rating

Electrical

Metering

Mechanical

Volt/Amp/Wa

tt/VA meters

Annually

Calibrate. Note:

Electronic units may

be self-calibrating

Main LT

and HT

panel

Bidder

Safety

and

Security

Equipme

nt &

BMS

All Annually

Verify proper

operation. Calibrate if

desired.

AMC

Vendor

Spare

smoke

detectors,

EOL

devices,

major

Page 370: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 369

system

modules.

Consult

manufactur

er or local

service

organizatio

n for

complete

list

SLA for Active Components:

The severity level of each component defines by its importance in the infrastructure and its

impact in case of failure as detailed below.

Severity Level-1

Core Switch Failure

Internet Firewall Failure

Internet Router Failure

Physical Server Availability Failure

Physical Server Connectivity Failure

Provisioning & De Provisioning of Virtual Machines

Internet IPS Failure

Anti-Virus Protection Failure

Access Switch Failure

Power failure to rack

Failure of portal service

Failure of DNS service

This is an indicative list and not exhaustive.

Severity Level-2

Failure of network port

Failure of power supply to servers

Failure of cooling fans

HBA failures

NIC failure

Failure of System

Fibre optic cable failure

Failure of modules / slot

Tape drive failure

Failure of SAN ports

Failure of LUN's / Storage Volumes

Zone policy enforcement

PSU / Cooling Fan failure

Page 371: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 370

Failure of Fabric cable

Failure of passive cable component connecting the above equipment’s etc.

Virtual Machine Down causing high impact to cloud solution

This is an indicative list and not exhaustive.

Severity Level-3

Patch installation within 2 weeks of release

Failure of H/W up gradation request

Failure of Antivirus updates

Failure of Data archival request

Failure of Data restoration request

Failure of Planned Maintenance activities

Failure of Request for new backup policy

Failure of Adding new device to Fabric

Failure of Passive cable component connecting the above equipment’s etc.

Minor repairs of Physical Infrastructure components like breakage of tiles etc.

Ensure adequate diesel supply is stocked all the time for running each DG set for at

least 8 Hrs.

This is an indicative list and not exhaustive.

SLA down Time Guidance

The calculation of downtime with reference to severity levels is as defined below:

Sl. No. Equipment Severity Level Downtime hours factored for SLA

1 Severity Level-1 Every Thirty minutes of failure is equal

to One hour of SLA downtime

2 Severity Level-2 equipment’s/

Services

Every Four hours of failure is equal to

One hour of SLA downtime

3 Severity Level-3 equipment’s/

Services

Every eight hours of failure hour of

SLA downtime is equal to One hour of

SLA downtime

Response / Resolution Time: Broad level Priority classification along with time frame for

Response / Resolution time is showcased below.

Response time: is defined as the time between receipt of the incidence (helpdesk call/

receipt of alarm generated by management system) and a support team member begins

working on the incidence.

Resolution time: is defined as the total time between receipt of the incidence (helpdesk call/

receipt of alarm generated by management system) and the incidence been resolved.

Service Window:

PWH (Prime Working Hours): 9AM to 6PM (Monday to Saturday)

Page 372: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 371

EWH (Extended Working Hours): 6PM to 9AM (Monday to Saturday), Sunday and all State

Government Holidays.

Table-1: Severity levels along with Response time and Resolution time as mentioned

below

Severity Response Time Resolution Time

PWH EWH PWH EWH

1 10 minutes 20 minutes Within 4 hours Within 4 hours

2 20 minutes 60 minutes Within 6 hours Within 12 hours

3 30 minutes 120 minutes Within 12 hours Within 24 hours

Downtime shall be considered as per service window defined above and net impact on

operations with reference to the time of incident receipt (helpdesk call/ receipt of alarm

generated by management system).

If a severity one incident reoccurs within two hours of resolution, downtime will be

calculated from time of first occurrence.

100% of the calls will be attended to within the stipulated response time - Measured

on a quarterly basis.

100% of the calls will be closed within the stipulated resolution time - Measured on a

quarterly basis

The resolution times will be considered with respect to the service window.

SLA & Penalties

Sl.

No.

Measurement Target Penalty

1 Data Center

Availability

Uptime of Various

Components at DC

but not limited to

DG, UPS, PAC,

Servers, Routers,

Switches ,HCI, CMP

Any downtime for

maintenance shall be

with prior written

intimation and

approval of STPI

99.98 % a) 99.98% or better = NIL

b) 99.74% – 99.97% = 0.10 % of

QP

c) 99.5% -99.73% = 0.25% of

QP

d) 99 %- 99.5% = 0.50% of QP

e) less than 99% may lead to

termination of the contract

Page 373: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 372

2 Security Components

Availability

Uptime of various

security components.

Any downtime for

maintenance shall be

with prior written

intimation and

approval of STPI

99 % > 99.5% = NIL

>98.5% <=99.5% = 0.10% of

QP

>98.4% <=98%= 0.25% of QP

< 98% = 0.50% of QP

3

Physical Server

Availability

99.74% a) 99.74% or better = NIL

b) 99.50% – 99.73% = 0.10 % of

QP

c) 99% -99.49% = 0.25% of QP

d) 98.5%- 98.99% = 0.50% of

QP

e) less than 98.5% may lead to

termination of the contract

4 Provisioning and De-

Provisioning of Virtual

Machines

Within 30 Minutes a) Rs.1000 for 1st hour

b) Rs. 2500 for delay in every

subsequent hour

5 Uptime of Virtual

Machines, Cloud

Management Layer &

Virtualization

99.95% a) 99.95% or better = NIL

b) 99.50% – 99.94% = 0.10 % of

QP

c) 99% -99.49% = 0.25% of QP

d) 98.5%- 98.99% = 0.50% of

QP

e) less than 98.5% may lead to

termination of the contract

6 Uptime of remaining

component (cloud

solution)

99.95% a) 99.95% or better = NIL

b) 99.50% – 99.94% = 0.10 % of

QP

c) 99% -99.49% = 0.25% of QP

d) 98.5%- 98.99% = 0.50% of

QP

e) less than 98.5% may lead to

termination of the contract

Page 374: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 373

7 Incident Resolution Severity Level 1

Incident = Within 1

Hr

Severity Level 2

Incident = Within 6

Hr

Severity Level 3

Incident = Within 12

Hr

Level 1 Incident = 0.10% of QP

for every 2 Hr delay in resolution

Level 2 Incident = 0.10% of QP

for every 3 Hr delay in resolution

Level 3 Incident = 0.10% of QP

for every 6 Hr delay in resolution

8 Security Breach Detection of Security

Breach – Within 30

mins

Mitigation of Security

Breach – Within 1 Hr

from the time of

breach

2% of QP for every 30 min delay

in detection and additional 1% for

every 1 hr delay in mitigation of

security breach

9 Adherence to Policies

Adherence and

maintenance of

standard

protocols/practices

like:

Updation of

antivirus at desktop /

server.

Use of licensed

software and

maintenance of their

updates

Compliance with

standard operating

procedures etc.

100% 100% = NIL

90% - 100% = 0.10% of QP

10 Helpdesk Response

Time

Time taken for

sending email

response and ticket

assignment from time

of registering of

request

Within 2 Hrs. <=2 Hrs = NIL

>2 Hrs – <=4 Hrs = 0.1 % of QP

>4 Hrs - <= 6 Hrs = 0.25% of QP

> 6 Hrs - <=8 Hrs = 0.50% of QP

>8 Hrs = 1% of QP

Page 375: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 374

11 Incident Resolution

Resolution time by L1

support at helpdesk

where incident is

logged

Within 24 Hrs <=24 Hrs. = NIL

> 24 Hrs -<=3 days = 0.50 % of

QP

> 3 days = 1% of QP

12 Availability of

Deployed Manpower

100% Rs 1000 per day per resource

a) The maximum penalty cap during the O&M phase is capped at 10% of the Quarterly

Payment

b) The security breach will include but not limited to successful penetration of any Trojan ,

Virus, Malware, Zero day Attacks, Intrusions, Denial of Service Attacks, etc, upto server level.

In case of compromise of data due to the security breach then double penalty will be levied

(this will not be counted within the maximum penalty cap limit)

Page 376: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 375

Proforma and Schedules

Annexure 1: Earnest Money Deposit – Forwarding Letter

From (Name & complete address of the bidder)

_________________________________

_________________________________

_________________________________

_________________________________

To,

The Director,

Software Technology Parks of

India,

C-Ground Zero, Fortune Towers,

C.S. Pur,

Bhubaneswar – 751023, Odisha,

India

Dear Sir/Madam,

Subject: EMD for “RFP for Selection of SI for Design, Build and O&M of Data Centre

at STPI-Bhubaneswar”

Reference: Tender number __________________Dated_____________________.

We, M/s__________________________________, having carefully read and examined in

detail the RFP document for “Selection of SI for Design, Build and O&M of Data Centre at

STPI-Bhubaneswar”, published by Software Technology Parks of India hereby submit EMD of

Rs.30, 00,000/- (Rupees Thirty Lakh Only) in the form of Bank Guarantee. The details are

as under:

a) Name of Issuing Bank:

b) Bank Guarantee number

c) Amount

d) Dated

Page 377: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 376

We M/s __________________ have read and understood the clauses of RFP document

towards forfeiture of EMD.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Date:

Place:

Page 378: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 377

Annexure 2: Bank Guarantee Format for furnishing Earnest Money

Deposit

Whereas _______________ (hereinafter called the “tenderer”) has submitted their offer

dated______________ for the supply of _______________ hereinafter called the “tender”)

against the purchaser’s tender enquiry No. ______________

KNOW ALL MEN by these presents that WE ______________ of __________________ having

our registered office at _______________ are bound unto ___________________

(hereinafter called the “Purchaser) in the sum of ______________ for which payment will

and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns

by these presents.

Sealed with the Common Seal of the said Bank this _____________________ day of

________________, 2018.

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the tenderer withdraws or amends, impairs or derogates from the tender in any

respect within the period of validity of this tender.

(2) If the tenderer having been notified of the acceptance of his tender by the purchaser

during the period of its validity:-

a. If the tenderer fails to furnish the Performance Security for the due performance of the

contract.

b. Fails or refuses to accept/execute the contract.

WE undertake to pay 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 owing to the

occurrence of one or both the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including 180 days from the last date of Tender

submission date/ tender validity date and any demand in respect thereof should reach the

Bank not later than the above date.

Page 379: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 378

_______________________________________

(Signature of the authorized officer of the Bank)

_______________________________________

Name and designation of the officer

_______________________________________

Seal, name & address of the Bank and address of the Branch

Page 380: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 379

Annexure 3: Proposal submission check-List

Bidder is advised to ensure that the following requirements have been complied in

their proposal.

1. Please provide details in the format given below:

2. Please follow guidelines for bidding given in the Tender.

3. The checklist duly filled and signed must be part of submitted proposal envelop.

GENERAL

1. Has the proposal document and required formats been submitted separately:

i. Envelop 1: Tender Fee, EMD

Tender Fee

Yes

Page No.

EMD

Yes

Page No.

ii. Envelop 2: Pre-Qualification Document

Pre-Qualification Criteria

Yes

Page No.

Page 381: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 380

Pre-Qualification Criteria Documents

Sl.

No.

Document Yes

Page No.

1 Proposal submission check-List

2 Certificate of Incorporation

3 GST Registration Certificate.

4 Extracts from the audited Balance sheet and Profit &

Loss; OR Certificate from the statutory Auditor for

turnover.

5 Self-declaration certificate by authorized signatory or

Head of Human resources

6 Certificate from Statutory Auditor for solvency

7 Work Order / or LOI & Copy of Contract / or Client

Reference Letter / or Project Completion Certificate.

8 Declaration regarding acceptance of Terms & Conditions

of RFP

9 Declaration regarding clean track record

10 Company Profile

11 Format for providing organization experience

12 Copy of valid Authorization letter from Original Equipment

Manufacturer (OEM)

OEMs confirming Tender specific authorization for bidder

as per Annexure-11

13 Commitment letter of support from Original Equipment

Manufacturer (OEM)

14 Power of Attorney

15 Copy of the valid electrical license of the Company from

Government of Odisha

16 Copy of ATD/ TIA-942 Design Consultant Certificate of the

Employee along with Self-declaration certificate by

authorized signatory or Head of Human resources on

company’s letterhead.

Copy of GST Registration/ Registration under Odisha Shop

& Establishment Certificate of OEM along with Address

Proof (Electricity/BSNL Telephone Bill) and employee

details of the OEM/OEM’s authorised service provider

Page 382: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 381

iii. Envelop 3: Technical Proposal

Yes

Page No.

iv. Envelope 4: Financial Proposal

Yes

Page No.

2. Have corrections if any, been attested by the authorized person?

Yes

Page No.

3. Have the rates, prices, totals, amount, been checked thoroughly?

Sl.

No.

Document Yes

Page No.

1 Company Profile

2 Format for providing CV for each

suggested member

3 Format for providing organization

experience

4 Detailed timeline and work Plan

5 Resource deployment plan

6 Format for Bill of Material

7 Format for Bill of Quantity

8 Technical specification compliance

Page 383: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 382

Yes

No

4. Has it been ensured that no price/amount of any Item(s) is mentioned in the Technical

proposal?

Yes

No

5. Does the bidder comply with the proposal validity of 180 days

Yes

No

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Business address:

Place:

Date:

Seal

Page 384: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 383

Annexure 4: Declaration regarding acceptance of Terms & Conditions

of RFP

FORM–‘A’

DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINED IN

THE RFP DOCUMENT

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document

[xxxxxxxxxxxxxxxx] regarding RFP for Selection of SI for Design, Build and O&M of Data

Centre at STPI-Bhubaneswar.

IdeclarethatalltheprovisionsofthisTenderDocumentareacceptabletomyCompany read along

with the proposal submitted by the bidder. I certify that I am anauthorized signatory of my

company and am, therefore, competent to make this declaration. I further certify that,

interpretation made by STPI technical committee is the final and binding on me.

Yours truly,

Name:

Designation:

Company:

Address:

Seal:

Page 385: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 384

Annexure 5: Declaration regarding clean track record

FORM ‘B’

DECLARATION REGARDING CLEAN TRACK RECORD

To

The Director

Software Technology Parks of India

Bhubaneswar

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document

[xxxxxxxxxxxxxxxxx] regarding RFP for Selection of SI for Design, Build and O&M of Data

Centre at STPI-Bhubaneswar. I hereby declare that my company has not been

debarred/blacklisted by any Government/Semi-Government organizations of Central Govt./

State Govt. / PSUs. I further certify that I am / competent authority in my company has

authorized me to make this declaration.

Yours truly,

Name:

Designation:

Company:

Address:

Page 386: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 385

Annexure 6: Company Profile

Sr. No. Information Details

1 Name of responding bidder

2 Address of responding bidder

3

Name, Designation and Address of the contact person

to whom all references shall be made regarding this

RFP:

4 Telephone number of contact person:

5 Mobile number of contact person:

6 Fax number of contact person:

7 E-mail address of contact person:

8 Status of Firm/ Company (Public Ltd., Pvt. Ltd., etc.)

9

Active ISO/ SEI CMMI Level status ( Enclosed

Certificate)

10

Office and a support centre details in Bhubaneswar

(Enclosed Self Certification)

11 GST details

Page 387: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 386

Annexure 7: Format for providing CV for each project team member

Curriculum Vitae of Staff

[Use the format given below for each individual to be deployed for this Project]

The bidder shall provide the summary table of details of the manpower that will be deployed

on this project during the implementation.

Sl. No. Type of

Resource

No. of

Resources

Key

Responsibilities

Highest Academic

Qualifications and

Certifications (e.g.

CCNA/ITIL)

Years of

Relevant

Experience

1 Project

Manager

2 Team

Leader

3 Electrical

Engineer

4 ---

5 ---

6 Others

Page 388: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 387

Curriculum Vitae Format

Sl.

No. Particulars Details

Supporting

document

1. Name

2. Age

3. Key resource / Non Key resource

4. Specify role to be played by him/her

5. Current job title

6.

Total experience and relevant experience (in

years)

7.

Number of years with the organization and

date of joining the firm

8. Current job responsibilities

9.

Summary of Professional / Domain

Experience

10 Educational Background*

Attach certificate of

highest qualification

11 Training/Certifications

Attach relevant

certificates

11 Membership of Professional Associations

12. Employment Record**

13.

Details of similar project handled & the role

assigned

Page 389: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 388

14. Detailed tasks Proposed to be assigned

Work already undertaken that best

illustrates capability to handle the tasks

assigned***

15. Signature of the representative

I hereby declare that the above mentioned resource would be available during the project

phase of this RFP.

*Indicate college/university and specialized education of the staff member

**Starting with present position, list in reverse order every employment held by the staff

member since graduation

***Among the assignments in which the staff has been involved, indicate brief details of the

project in which this responsibility was assigned (including nature and duration of duty)

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 390: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 389

Annexure 8: Format for providing organization experience

Sl.

No.

Particulars Name of

Assigment1

Name of

Assigment2

Name of

Assigment3

1 Name of organization

2 Activities performed in the engagement

3 Value (in INR)

4 Date of Award

5 Date of Start of work and Date of Completion of work

6 Current Status

7 Supporting Documents provided

8 Can the client be contacted? If Yes, please provide name and contact details (Phone & E-mail ID

I hereby acknowledge that the details provided above are true to best of my knowledge.

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 391: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 390

Annexure 9: Detailed timeline and work Plan

The bidder is supposed to specify a detailed work plan for all activities that will be carried

out either during project phase or operations & maintenance phase

Sl.No. Activity Staff input(in the form of a bar chart) Total

Months

1 2 3 4 5 6 7 8 9 10 11 12 …… N

1.

2.

3.

.

.

N

Sub-Total

Total

*Indicate all main activities of the assignment, including delivery of reports (e.g. inception, interim and final reports) and other benchmarks such as Client approvals. For phased assignments, indicate activities, delivery of reports / deliverables, and benchmarks separately for each phase. Duration of activities shall be indicated in the form of a bar chart.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 392: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 391

Annexure 10: Resource deployment plan

The bidder is supposed to specify a detailed resource deployment plan for all key and non-

key resources they have identified to be deployed for the project phase and operations &

maintenance phase

S.No. Name of

resource*

Staff inputs in months**(in the form of a bar chart) Total man

moths

proposed 1 2 3 4 5 6 7 8 9 10 11 12 …… N

1.

2.

3.

.

.

N

Sub-Total

Total

* For Professional Staff the input should be indicated individually; for support staff

should be indicated by category

** Weeks are counted from the start of the assignment.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 393: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 392

Annexure 11: Authorization letter from Original Equipment

Manufacturer (OEM)

(To be provided in original as part of Pre-qualification criteria on letter head signed by the

authorized representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

We, <OEM/ Manufacturer name> manufacturer, having our registered office at

<OEM/Manufacturer address>, are an established and reputed manufacturer of <name of

product>.

We................................................... [Manufacturer] hereby certify that M/s......

[Tenderer] is an authorized............... [Relationship] of.......... [Manufacturer] and they are

authorized to represent.............. [Manufacturer] in submitting their proposal for.........

[Product& services] and conclude the contract with you.

We confirm that <Bidder Name> having its registered office at <Bidder Address> is our

authorized partner/distributor cum service provider for supplying the <name of equipment>

as per the tender requirements. We authorize them solely to quote equipment in the above

mentioned tender having our equipment. Our full support is extended to him in all respects

for supply, warranty and maintenance of our products till the product end of life. We confirm

that the products would be covered under one year warranty and next five years under

comprehensive AMC (i.e. Total six years).We also ensure to provide the comprehensive

warranty service support for the supplied equipment for a period of extended FIVE years from

date of completion of the Acceptance Test of the equipment.

Page 394: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 393

We undertake that the quote equipment’s of latest manufacture conforming to the current

production standard and the equipment shall not reach end of support for the period of at

least Five (5) years beyond the extended warranty period of five years.

We....... [Manufacturer] are confident of M/s [bidder's] ability to represent us and provide full

support in making your project successful.

We also undertake that in case of default in execution of this tender by the <Bidder Name>,

the <OEM/Company Name> will take all necessary steps for successful execution of services

& support as per the terms and conditions of the RFP.

We.............. [Manufacturer] have authorized .............................. to quote for this tender.

Thanking you,

Yours sincerely,

Name:

Signature:

Designation:

Place:

Date:

Page 395: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 394

Annexure 12: Commitment letter of support from Original Equipment

Manufacturer (OEM)

(To be provided in original as part of Technical Bid on letter head signed by the authorized

representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

I / We ................................................... hereby commit & confirm the following:

a) We, <OEM/ Manufacturer name> manufacturer, having our registered office at

<OEM/Manufacturer address>, are an established and reputed manufacturer of <name of

product>equipment.

b) The duration of the service support will be for a period of ten (10) years for Non IT

components and five (5) years for IT components from the date of supply of equipment’s.

c) The service support will be provided onsite and will not be charged extra.

d) The service support will be comprehensive hence no extra charge is to be paid for any

Hardware failure.

e) We are authorized to quote equipment in the above mentioned tender having our

equipment. We undertake to supply, install & provide warranty and maintenance services of

our products. We also ensure to provide the comprehensive warranty service support for the

supplied equipment for a period of extended TEN (10) years for non IT components and five

(5) years for IT components from date of completion of the Acceptance Test of the equipment.

We also undertake that the quote equipment of latest manufacture conforming to the current

production standard and the equipment shall not reach end of support for the period of at

least FIVE (5) years beyond the extended warranty period of five years irrespective of the

System Integrator selected by STPI.

Page 396: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 395

f) We also undertake to take all necessary steps for successful execution of services & support

as per the terms and conditions of the RFP.

Thanking you,

Yours sincerely,

Name:

Signature:

Designation:

Place:

Date:

Page 397: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 396

Annexure 13: Software manufacturer authorization and support form

(To be provided in original as part of the Technical Bid on letter head signed by the authorized

representative of OEM in favour of ‘bidder’ for the tender)

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Ref.: Tender No.

Dear Sir,

This is with reference to the above Tender & requirements therein, we authorize

________________ to offer their prices for our products as listed below –

1. Product / Component

a)

b)

2. Product / Component

a)

b)

We __________________ would be responsible for support of providing updates, patches,

security updates, and bug fixes for the entire period of contract for all the locations for the

above products as required in the Tender. Confirm that the products meet the technical &

functional requirements & Products quoted are latest version / specification and not the end

of life. We also assure you that we _________________ indemnifies STPI against all third

party claims of infringement of patents, trademarks arising from the use of the above software

for the entire period of contract.

Page 398: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 397

SIGNATURE OF AUTHORISED PERSON Date:

FULL NAME OF SIGNATORY Place:

DESIGNATION AND SEAL OF SIGNATORY

COUNTER SIGNATURE & SEAL OF BIDDER Date:

DESIGNATION

Page 399: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 398

Annexure 14: Format for Bill of Material

S.No. Item Name OEM Name Model No. Equipment Rating

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 400: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 399

Annexure 15: Format for Bill of Quantity

S.No.* Item Name Unit Quantity

1.

2.

3.

--

* The serial number mentioned for each item in the bill of material should match the

serial number for the same item in the Bill of Quantity format.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 401: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 400

Annexure 16: Proforma for Bank Guarantee (PBG) towards

performance security

Ref. No._____________________________ Bank Guarantee No _____________

Dated______________

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Dear Sir,

In consideration of Software Technology Parks of India, having its office at C-Ground Zero,

Fortune Towers, C.S. Pur, Bhubaneswar – 751023, Odisha, India (hereinafter referred to as

‘STPI’, which expression shall, unless repugnant to the context or meaning thereof, include all

its successors, administrators, executors and assignees) after receipt of the Letter of Intent

(LOI) dated _______________ with M/s __________________________ having it’s registered

/ head office at _____________________________________________________ (hereinafter

referred to as the SYSTEMS INTEGRATOR) which expression shall, unless repugnant to the

context or meaning thereof include all its successors, administrators, executors and assignees)

and STPI having agreed that the SYSTEM INTEGRATOR shall furnish to STPI a performance

guarantee for 10% of the Total Project Cost for the faithful performance of the entire CONTRACT.

We (name of the bank) ______________________________ registered under the laws of

_______ having head / registered office at __________________________ (hereinafter

referred to as "the Bank", which expression shall, unless repugnant to the context or meaning

thereof, include all its successors, administrators, executors and permitted assignees) do hereby

guarantee and undertake to pay immediately on first demand in writing any / all moneys to the

extent of 10% of the Total Project Cost without any demur, reservation, contest or protest and

/ or without any reference to the SYSTEMS INTEGRATOR. Any such demand made by STPI on

the Bank by serving a written notice shall be conclusive and binding, without any proof, on the

bank as regards the amount due and payable, notwithstanding any dispute(s) pending before

any Court, Tribunal, Arbitrator or any other authority and / or any other matter or thing

Page 402: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 401

whatsoever, as liability under these presents being absolute and unequivocal. We agree that the

guarantee herein contained shall be irrevocable and shall continue to be enforceable until it is

discharged by STPI in writing. This guarantee shall not be determined, discharged or affected

by the liquidation, winding up, dissolution or insolvency of the SYSTEM INTEGRATOR and shall

remain valid, binding and operative against the bank.

The Bank also agrees that STPI at its option shall be entitled to enforce this Guarantee against

the Bank as a principal debtor, in the first instance, without proceeding against the SYSTEM

INTEGRATOR and notwithstanding any security or other guarantee that STPI may have in

relation to the SYSTEMS INTEGRATOR’s liabilities.

The Bank further agrees that STPI shall have the fullest liberty without our consented without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of

the said CONTRACT or to extend time of performance by the said SYSTEMS INTEGRATOR(s)

from time to time or to postpone for any time or from time to time exercise of any of the powers

vested in STPI against the said SYSTEMS INTEGRATOR(s) and to forbear or enforce any of the

terms and conditions relating to the said agreement and we shall not be relieved from our liability

by reason of any such variation, or extension being granted to the said SYSTEMS

INTEGRATOR(s) or for any forbearance, act or omission on the part of STPI or any indulgence

by STPI to the said SYSTEMS INTEGRATOR(s) or any such matter or thing whatsoever which

under the law relating to sureties would, but for this provision, have effect of so relieving us.

The Bank further agrees that the Guarantee herein contained shall remain in full force during

the period that is taken for the performance of the CONTRACT and all dues of STPI under or by

virtue of this CONTRACT have been fully paid and its claim satisfied or discharged or till STPI

discharges this guarantee in writing, whichever is earlier.

This Guarantee shall not be discharged by any change in our constitution, in the constitution of

STPI or that of the SYSTEMS INTEGRATOR.

The Bank confirms that this guarantee has been issued with observance of appropriate laws of

the country of issue.

The Bank also agrees that this guarantee shall be governed and construed in accordance with

Indian Laws and subject to the exclusive jurisdiction of Indian Courts of ODISHA.

Page 403: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 402

Notwithstanding anything contained herein above, our liability under this Guarantee is limited

to Indian Rs. (in figures) ______________ (Indian Rupees (in words) ____________________)

and our guarantee shall remain in force until ______________________ (indicate STPI date of

expiry of bank guarantee). Any claim under this Guarantee must be received by us before the

expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the

rights of STPI under this Guarantee will cease. However, if such a claim has been received by

us within the said date, all the rights of STPI under this Guarantee shall be valid and shall not

cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this

_________ Day of _______________ 2018 at ________________

Page 404: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 403

Annexure 17: Format of Commercial Proposal Document

Format for reporting commercials and mandatory letters that needs to be part of the

commercial proposal document. Breakdown of cost mentioned, cost of each component,

operating cost, employee cost, cost of operations and management, any other cost which

the bidder feels.

To,

The Director,

Software Technology Parks of India,

C-Ground Zero, Fortune Towers, C.S. Pur,

Bhubaneswar – 751023, Odisha, India

Dear Sir,

Subject: Request for proposal for “Selection of SI for Design, Build and O&M of Data

Centre at STPI-Bhubaneswar”.

Reference: Tender No: <TENDER REFERENCE NUMBER>Dated <DD/MM/YYYY>

We, the undersigned Bidder, having read and examined in detail the tender documents for

“RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar”. I

/ wedo hereby propose to provide services as specified in the Tender documents number

<TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>

1. PRICE PROPOSAL AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as specified in the

Tender documents. All the prices and other terms and conditions of this Tender are valid for

a period of 180 days as desired in the tender

We hereby confirm that our Tender prices include all taxes. However, all the taxes are quoted

separately under relevant sections.

We have studied the clause relating to Indian Income Tax and hereby declare that if any

income tax, surcharge on Income Tax, Professional and any other corporate Tax in altercated

under the law, we shall pay the same.

Page 405: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 404

2. UNIT RATES

We have indicated in the relevant schedules enclosed the unit rates for the purpose of on

account of payment as well as for price adjustment in case of any increase to / decrease from

the scope of work under the contract.

3. DEVIATIONS

We declare that all the services shall be performed strictly in accordance with the Tender

documents except for the variations and deviations, all of which have been detailed out

exhaustively in the following statement, irrespective of whatever has been stated to the

contrary anywhere else in our proposal. Further we agree that additional conditions, if any,

found in the Tender documents, other than those stated in deviation schedule, shall not be

given effect to.

4. TENDER PRICING

We further confirm that the prices stated in our proposal are in accordance with your

Instruction to Bidders included in Tender documents.

5. QUALIFYING DATA

We confirm having submitted the information as required by you in your Instruction to

Bidders. In case you require any other further information/documentary proof in this regard

before evaluation of our Tender, we agree to furnish the same in time to your satisfaction.

6. PROPOSAL PRICE

We declare that our Proposal Price is for the entire scope of the work as specified in the

Schedule of Requirements and Tender documents.

7. PERFORMANCE BANK GUARANTEE BOND

We hereby declare that in case the contract is awarded to us, we shall submit the PBG bond

in the form prescribed in Performa of Bank Guarantee towards PBG and as per General

Conditions of Contract. We hereby declare that our Tender is made in good faith, without

collusion or fraud and the information contained in the Tender is true and correct to the best

of our knowledge and belief. We understand that our Tender is binding on us and that you

are not bound to accept a Tender you receive.

Page 406: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 405

We confirm that no Technical deviations are attached here with this commercial offer.

Thanking you,

Yours sincerely,

(Signature of the Bidder)

Name:

Signature:

Designation:

Place:

Date:

Page 407: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 406

Annexure 18: Commercial Format

(This page has been intentionally left blank) (Price Format has been given separately as document along with the RFP)

Page 408: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 407

Annexure 19: Draft Contract Agreement

1. This agreement is executed at Bhubaneswar on this _______ day ______ of

_____________, 2018 between the Software Technology Parks of India (STPI), registered

as an autonomous society under Societies Registration Act, 1860 (hereinafter referred to

as “The Authority”) which expression shall unless the context requires another or different

meaning include its successors and assigns and M/s ____________________________

which expression shall unless, the context requires another or a different meaning include

its successors, heirs, legal representatives, executors, administrators and assigns of the

other part.

2. WHEREAS the Authority is desirous of assigning the work of ““RFP for Selection of SI for

Design, Build and O&M of Data Centre at STPI-Bhubaneswar” in accordance with technical

specification and scope of work detailed in the Tender.

AND WHERAS M/s ____________________________, shall depute its personnel with

prior approval from the STPI to carry out all the tasks required for implementation of STPI

Data Centreas mentioned in the Tender document.

3. AND WHERAS M/s ___________________________, has submitted their offer through

proposal for the said work which has been executed by the authority subject to all the

terms and conditions specified in the Tender document...

4. M/s _________________________________ shall provide the complete services and

equipment /material required for implementation of STPI Data Centre as per the proposal

submitted in response to the Tender document, to be carried out every day for STPI and

coordinate with the officers deputed by the STPI to the satisfaction of the Consultant

appointed as well as the Coordinating officer for the project

5. M/s. ________________________________ shall submit resumes of the levels of key &

non-key members deployed viz –a vizfor execution of this project as per the tender

document. STPI shall have the right to select or reject the manpower offered and may

change on mutual consent at the start of the assignment or during the currency of the

agreement. The manpower will be deputed to work for STPI.

6. M/s. ________________________________ shall adhere to the Calendar followed by

STPI and STPI office timings and shall ensure that in case required the personnel will

function beyond office hours to meet the targets agreed mutually.

Page 409: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 408

7. M/s. ________________________________ shall deploy the project team to function

from the STPI premises and in case M/s. ________________________________

proposes any change during the term of the implementation of STPI data centre, the same

will be of the similar skill level and experience and shall be with prior consent of STPI. . In

case it is found by STPI that personnel deputed by M/s. ______________________ does

not perform as per the requirements of STPI the same shall be replaced immediately on

request.

8. The Work place for the project team members shall be STPI, Bhubaneswar or any other

place earmarked for work as intimated by the STPI.

9. All the terms and conditions as stated in the Tender Document (copy attached)/Work order

No ________________ dated___________ shall form integral part of this Agreement and

binding to M/s. ________________________________

10. In case of any dispute arising out of or relating to the terms and conditions of this

agreement during the currency of the agreement or completion of the assignment or

abandonment, the decision of Director General, STPI or any other Officer authorized by

him shall be final and binding. All the litigation and proceedings, if arises at any time

should be subject to jurisdiction of New Delhi Court.

11. In witness whereof this deed has been executed by the parties on the date, month and

year mentioned herein above.

For and on behalf of[System Integrator ]

Witness:-

1.

2.

For and on behalf of Software Technology

Parks of India

Witness:-

1.

2.

Page 410: Modified RFP Download

RFP for Selection of SI for Design, Build and O&M of Data Centre at STPI-Bhubaneswar 409

Appendix 20: Format for Power of Attorney for Signing of Proposal

(On Non – judicial stamp paper of Rs 100/- or such equivalent amount and

Document duly attested by notary public)

Power of Attorney

Know all men by these presents, we …………………………………………… (Name of the Bidder and

address of the registered office) do hereby constitute, appoint and authorize Mr. /

Ms.…………………… ………… (name and residential address) who is presently employed with us

and holding the position of ………………………………………. as our true and lawful attorney

(hereinafter referred to as the “attorney”), to do in our name and on our behalf, all such

acts, deeds and things necessary in connection with or incidental to submission of our

Proposal for“Selection of SI for Design, Build and O&M of Data Centre at STPI-

Bhubaneswar”, including signing and submission of the Proposal and all accompanying

documents, providing information/responses to STPI, representing us in all matters before

STPI, if selected, undertaking negotiations with STPI prior to the execution of the Contract

and generally dealing with STPI in all matters in connection with our Proposal.

We hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and

things done or caused to be done by our said attorney pursuant to and in exercise of the

powers conferred by this Power of Attorney and that all acts, deeds and things done by our

attorney in exercise of the powers hereby conferred shall and shall always be deemed to

have been done by us.

IN WITNESS WHEREOF WE…………………………………… THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF ………., 20......

For ___________________________

(Signature)

(Name, Title and Address)

Accepted

……………………………….

(Signature)

(Name, Title and Address of the Attorney)

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executants(s) and when it is so required the same should be under common seal affixed

in accordance with the required procedure.

In case the Proposal is signed by an authorized Director of the Bidder, a certified copy of

the appropriate resolution/ document conveying such authority may be enclosed in lieu of

the Power of Attorney.