You are on page 1of 69

Open Competitive Bidding

TENDER DOCUMENT FOR

SETTING-UP OF TIER III DATA CENTER WITH HPC CLUSTER


(Revised on 25-2-2010)

NATIONAL INSTITUTE OF TECHNOLOGY


WARANGAL - 506004

Notice Inviting Tender (NIT) Details


SNo 1. 2. 3. 4. 5. 6. 7. Description Department Name Tender Number Tender Subject Form Of Contract Tender Type Tender Category EMD / Bid Security (INR) EMD/Bid Security Payable To Schedule opening date Schedule Closing Date Bid Submission Closing Date Bid Submission Bid Opening Date (Prequalification and technical bids) Place Of Tender Opening Officer Inviting Bids Contact Person Address/Email id Contact Details/ Telephone, Fax

National Institute of Technology, Warangal NITW/CC/ Data Center - HPC /2010 Setting up of Tier III Data Center with HPC Cluster Item Wise Open Products

8.

Rs. 3,00,000 /In the form of Demand Draft or Bank guarantee from Nationalized Banks only in favour of Director, National Institute of Technology, Warangal, payable at Warangal. 10th February 2010 10th March 2010

9. 10. 11. 12.

10th March 2010 at 10.30 AM In person / by post / by courier

13.

10th March 2010 at 11.00 AM

14. 15. 16. 17. 18.

NIT Warangal Director, NIT Warangal L.Anjaneyulu, In-charge, Internet&LAN Computer Center, NIT Warangal 506004 bba@nitw.ac.in, anjan@nitw.ac.in Ph:+91-870-2462435, Fax: +91-870-2459547 Mob: 9490165355 1. The bidder should be a reputed System Integrators of High Performance Computing and Datacenter consulting Manufacturing Companies or their dealers who are authorized to supply the equipment and provide service, warranty on behalf of the respective OEMs and

19.

Technical Eligibility Criterion

who have their proper sales and supplies office(s) in HYDERABAD. A certificate to that effect must be submitted along with the tenders. 2. The bidder should have been in the business of HPC and Datacenter manufacturing/installation for more than 5 (five) years and an ISO 9001 certified organization. Proof to be attached. 3. Bidder should Produce minimum 3 Purchase order copies of 32 Nodes and above cluster in last 2 years out of which one should be of 10TF and above. Purchase order to be provided. 4. Products like Master node, Compute nodes and storage should be from the single OEM. 5. The bidder should have at least 5, on-rolls, qualified, experienced and certified professionals like MCSE, MCP and RHCE or Equivalent with adequate experience in handling the devices of similar or higher capacities. 6. The bidder should submit Manufacture Authorization letter for the respective products. 7. Documents in support of technical specifications of all the items as per the list as mentioned in annexure 05 mentioning the make. 8. Products like Master node, Compute nodes and storage should be from the single OEM. 9. Registration /Incorporation certificate in support of bidder company is in existence from last 5 (five) years. 10. List mentioning the addresses and contact persons with phone numbers of the 05 (five) service centers present throughout AP. 11. Balance sheet Performa/profit loss statements in support of turnover of Rs 15 crores or more in each of the last three financial years. 12. Latest valid income tax clearance certificate. Bids shall be submitted in person/By Post/By Courier before the deadline. The bidders should submit all the relevant documents inclusive of EMD in form of DD/ Pay order/ Bankers cheque / Bank Guarantee payable to The Director, NIT Warangal on any Nationalized Bank branches situated in Warangal for the amount indicated in S.No. 7. before Bid Submission closing date and time i.e., 10.30 AM on 10th March 2010. If the documents are not received before the due date and time, the tender will be considered invalid.

Procedure For Bid Submission 20.

All the supporting documents as mentioned in the eligibility criteria and also the following are to be submitted Registration /Incorporation certificate in support of company is in existence from last 5 (five) years. List mentioning the addresses and contact persons with phone numbers of the 05 (five) service centers present throughout AP. Balance sheet proforma/profit loss statements in support of turnover of Rs 15 crores or more in each of the last three financial years. Annexure02 of bidding document duly signed with office seal as a token of acceptance of our standard terms and conditions. Latest valid income tax clearance certificate. Annexure-08 of bidding document duly filledin and signed. Annexure-09 of Bid document. Total Price and the unit wise prices of the BOM as per Annexure 01 are to be submitted in a separate sealed cover and is to be submitted along with prequalification and Technical bids on 10th March 2010 at 10.30 AM NITW will not hold any risk and responsibility for non visibility of the scanned document or non receipt of hardcopies for the loss in transit. General Terms and Conditions Pre-bid conference As per tender documents. 3rd March 2010, 3.00 PM 4.00 PM. (Requests to change the technical specifications and eligibility criteria will not be entertained.)

21.

22.

Contents of Tender Specification

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11.

Scope of the work, Standards, and Schedule of Quantity Special conditions List of Documents to be enclosed Format of price bid Technical Specification Instructions to Bidders General Purchase Conditions Proforma for terms and conditions to be filled up and confirmed Statement of Deviations Guidelines for Submission of Bank Guarantee Proforma for Performance Bank Guarantee

Annexure - 01 Annexure 02 Annexure 03 Annexure 04 Annexure - 05 Annexure - 06 Annexure - 07 Annexure - 08 Annexure 09 Annexure 10 Annexure 11

Annexure 01
Scope of the work, Standards, and Schedule of Quantity

Setting up of Tier III Data Center with HPC Cluster

PART - 1 High Performance Computing Facility


1. Scope of Work and General Requirements Installation of Cluster tool, compiler, scheduler, libraries etc. Installation of IB Interconnect with node to node latency less than 3us Compute nodes access storage over IB using NFS RDMA protocol. Installation/configuration of MPICH2/MVAPICH2 parallel environment across the compute nodes 5. Cluster stress run for 24 hours. 6. Training to Administrators & end users 7. Documentation 2. Conformity to Standard 1. The Structured Cabling System is developed for:
2.

1. 2. 3. 4.

To suit the requirements of NITW. To provide for easy installation, minimizing the installation timeframe. A robust system for various environments and applications. To meet ISO 11801 cabling standards and local construction and LAN regulations. To provide a user friendly environment with less technical support and lower maintenance cost. To allow space for service providers and active equipment and future expansion Easy performance upgrade.

The following standards are to be complied with unless otherwise specified ISO/IEC 11801:2002 : International Standard for generic cabling for customer premises. EIA/TIA 568B : Commercial Building LAN Cabling Standard ( 2002 ). EIA/TIA 568B.2-1: Commercial Building LAN Cabling Standard ( 2002 ).

3. Warranty and Maintenance Backup:


Warranty: Vendors will provide free onsite comprehensive warranty for 3 (Three) years in respect of active components and 25 (Twenty five) years for the passive components commencing from the date of

acceptance. During warranty, the vendor will set right/replace without any cost any equipment/part/accessory, which becomes defective except items of a consumable nature. The buyer may invoke the bank guarantee in case you fail to ensure rectification of defects within two weeks of the defect being intimated to you. Vendor will ensure 95% systems availability during the warranty period. Items of consumable nature must be specified while tendering. Conditions during Warranty: - The HPC facility should fulfill the following conditions during the warranty: (a) Any failure should be rectified within a maximum period of 24 hrs of lodging a complaint. Incase of total failure a minimum of 1/3 of the total network should be made functional within 8 hours of reporting. (b) Vendors will provide free on site comprehensive warranty for a period of 3 (Three) years on Active components and 25 (twenty Five) years on passive components. Warranty shall include all items provided by the vendor from the date of acceptance. During warranty the vendor will repair / replace without any cost any of the networking components. Items of consumable nature that may not be replaced free on account of defect / malfunction must be specified clearly in the offer. Further your offer should state separately the items that are part of Active and Passive components to avoid any future ambiguity. Failure to provide this information shall be treated as all components / items are covered under warranty. (c) If the HPC cluster is down beyond 24 hrs, penalty at the rate of Rs.15000/- (Rs. Fifteen thousand only) in excess of 24 hours for each 24 hour period will be charged or recovered out of the Bank Guarantee held towards warranty. In case of any calls not being attended to for more than seven working days, user has the option to get it repaired from any suitable agency at the risk and cost of vendor which will be deducted from the Bank Guarantee due to vendor. (d) Any failure occurring three times within a period of three months or displaying chronic faulty behavior or manufacturing defects or quality control problems will be totally replaced by the vendor at his risk and cost within 5 working days of being intimated. Pending replacement, a standby switch of same capacity and same brand should be installed at our site in order to avoid disruption of our day to day work. (e) Uptime: Vendors will guarantee to provide 95% uptime for the HPC system during the warranty. In case of failure to maintain specified uptime, the proportionate loss to the Institute will be made good by the vendor. Alternatively warranty may be extended by the duration for which the company has been unable to provide specified uptime. The discretion to exercise either of these options lies with the NITW. Bank guarantee submitted as performance bank guarantee will be extended accordingly in case of extension of warranty period.

4. Bill of Material S.No 1 2 3 4 5 6 7 8 Description Master Node As per Technical Specification Compute Nodes As per Technical Specification HPC Storage As per Technical Specification Infiniband Switch and the Accessories HPC Software packages L3 Switch as per the Technical Specification L2 Switch as per the Technical Specification Installation & Professional charges Qty 1 32 1 1 1 1 1 1 UNITS Nos Nos Nos Nos Set No's No's No's

HPC Schematic Diagram


MASTER NODE (1) Clust er Int erconnec t Pub lic Netwo rk Clus ter Data Net work
Com pute Nodes Block

GE Switch

Infiniband 4X Switch

NAS

* * * * *

Remote Ma nagemen t

40 Gig In fini ba nd 1 Gig Eth ern et

LAN

PART - 2 DATA Center Consulting


1. Proposed Data Center Design and SOW Details
The proposed Data Centre for NIT needs to be a Tier3 for power side ( SLD) in Data Centre. The Agency shall therefore adequately plan for high availability of equipments and build for the necessary operational support to maintain an uptime of 99.98% on a quarterly basis. The minimum requirements/ specifications for the Data Centre are detailed in the following sub-sections. While it is mandatory for the Agency to meet these minimum requirements, if the Agency estimates that a particular requirement would need a higher category of equipment, the Agency should provision for the same in his bid. The Agency should however provide basis for arriving at the solution being proposed as part of his bid. The Agency should design the solution to provide scalability to NIT. Basic Requirement: All the materials to be used in data centre should be of non-combustible, selfextinguishing or fire retardant and have the properties of smooth surface finishing and non-dust shedding. All the material used in carrying civil work like tiles etc should be certified for satisfactory performance for a period of 10 years from the date of acceptance or 11 years from date of commissioning whichever is earlier. Space requirements and planning: The Agency is required to design the Data Centre partitions and provide the exact division of area. The overall Scope of Work (SoW) for the Agency includes the following: Design and Site Preparation of the proposed Data Centre in terms of the civil, electrical and mechanical work required to build the Data Centre including false ceiling, moisture sealing and fortification of the windows and all other necessary components. Supply, installation and setting up of the necessary basic Infrastructure (State of Art UPS and Air-Conditioning System, Fire Detection and Control System, , Lighting system, Fire Detection and Control system, Power Cabling in the Data Center including cooling components etc.).

Supply, installation and setting up of the multi-layer Physical Security infrastructure like bio-metric based access-control system, CCTV/ surveillance systems. Note: The above scope of work is indicative and may not be exhaustive in any manner. The bidder shall be assumed to have accounted for best practices, all services and equipments necessary for the establishment of a Data Centre. Specifications of the Building housing the proposed Data Centre: The following section provides the details of the building housing the proposed Data Centre. The Agency is expected to consider this information while designing the Data Centre. Location of the building: The proposed Data Centre site is located in New Computer Center, NIT Warangal Emergency services for the building: The building housing the proposed Data Centre has adequate access for entry of personnel to carry out duties towards emergency services such as Fire Brigade, etc to provide access to the building structure in the event of an unforeseen eventuality. The premise also has access for delivery trucks. Building Management Services: The building is provided with Building Management Services such as Fire-Fighting, Emergency Alarms, Public Address system, etc for alerting/ evacuation of the occupants in case of an unforeseen eventuality. Cable paths and entrances: The cable paths and entrances to the building are adequately sealed to ensure that the pests such as Rodents, Birds, etc. do not enter the building or the Data Centre. However additional protection required, if any, shall be provided by the bidder. Data Centre Floor Layout: Total available space 800 sq ft , Data Center Room Approx 300 sq ft.

10

2. Bill of Material
Sno 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Item Modular UPS system with accessories Precision Air Conditioning System Rack Mounted PDUs with accessories Server Racks with accessories Networking Racks with accessories Environmental Monitoring Units with accessories Gas Suppression System and accessories Fire Detection & Alarm System with accessories Smoke Detection System with accessories Access Control System with accessories Surveillance System with accessories Data Center Lighting Anti Static Flooring Civil & Electrical Services Charges Project Implementation Services UOM Lot Lot Lot Nos. Nos. Lot Lot Lot Lot Lot Lot Lot Sq.ft Lot Lot Qty 1 1 1 3 1 1 1 1 1 1 1 1 300 1 1

PROPOSED DATA CENTER LAYOUT


The bidder has to propose a suitable layout.

11

Annexure - 02 ELIGIBILITY CRITERIA AND SPECIAL TERMS AND CONDITIONS

A. Eligibility Criteria (Pre-qualification) Registration /Incorporation certificate in support of company is in existence from last 5 (five) years. List mentioning the addresses and contact persons with phone numbers of the 05 (five) service centers present throughout AP. Balance sheet proforma/profit loss statements in support of turnover of 15 crores in each of the last three financial years. Annexure02 of bidding document duly signed with office seal as a token of acceptance of our standard terms and conditions. Latest valid income tax clearance certificate. Annexure-08 of bidding document duly filled-in and signed. Annexure-09 of Bid document. B. Eligibility Criteria (Technical) 1. The bidder should be a reputed System Integrators of High Performance Computing and Datacenter consulting Manufacturing Companies or their dealers who are authorized to supply the equipment and provide service, warranty on behalf of the respective OEMs and who have their proper sales and supplies office(s) in HYDERABAD. A certificate to that effect must be submitted along with the tenders. 2. The bidder should have been in the business of HPC and Datacenter manufacturing/installation for more than 5 (five) years and an ISO 9001 certified organization. Proof to be attached. 3. Bidder should Produce minimum 3 Purchase order copies of 32 Nodes and above cluster in last 2 years out of which one should be of 10TF and above. Purchase order to be provided. 4. Products like Master node, Compute nodes and storage should be from the single OEM. 5. The bidder should have at least 5, on-rolls, qualified, experienced and certified professionals like MCSE, MCP and RHCE or Equivalent with adequate experience in handling the devices of similar or higher capacities. 6. The bidder should submit Manufacture Authorization letter for the respective products. 7. Documents in support of technical specifications of all the items as per the list as mentioned in annexure 05 mentioning the make. 8. Products like Master node, Compute nodes and storage should be from the single OEM. 9. OEM should support the products quoted for minimum 5 Years for Active and 25 years for the passive & a letter to this extent from the OEM to be submitted. None of the products quoted should have been declared End of Life at the time of delivery. 10. Quoted OEM should have 24x7x365 Days TAC Support. C. SPECIAL TERMS AND CONDITIONS:

12

1. Delivery Period: Supply, Installation and commissioning should be made with in 12 weeks from the date of receipt of Purchase Order. 2. Warranty: The hardware supplied by supplier/vendor shall be guaranteed against any defects and should provide time-to-time operational maintenance support for a period of 3 years (On Site Warranty) from date of Installation of the Equipment at site. Necessary guarantee certificates shall accompany the supplies. You shall be liable to rectify any defects that may be found in the equipment supplied by you at free of cost

TENDERER

SEAL

13

Annexure 03 DOCUMENTS TO BE FURNISHED The following documents should be submitted; otherwise the bidders are liable to be disqualified (as per S. No. 19,20 in pages 2,3,4). 1. All the Supporting documents in respect of Eligibility Criteria. a) Registration/Incorporation Certificate in support of the Company is in Existence from the last 5 Years. The name of the bidding organization should be mentioned in the registration certificate. b) Balance Sheet proforma/ Profit loss Statements in support of having Rs. 15 Crores turn over in each of the last three Financial Years. c) The latest valid Income Tax Clearance Certificate of the bidding organization d) Annexure 02 duly signed in with Office Seal as a token of Acceptance of our Special Terms and Conditions. e) List mentioning the addresses and contact persons with phone numbers of the 05 Service Centers present through out A.P. f) Annexure 08 duly filled in and signed. g) Annexure - 09 (Even when there are no deviations, a signed copy of Annexure09 has to be submitted) 2. Technical Criteria a) Proof of the organization reputed System Integrators of Network Equipment (Item No. 19.1 of NIT) b) Proof of ISO 9001 certified organization (19.2) c) Proof of previous experience of the orgnisation (19.3) d) OEM Certification and authorization of active components quoted in the tender (19.6) e) Proof of availability of spare components (19.6) f) Proof of TAC support of OEM (19.8) g) List of qualified service personnel (19.5) 3. Technical Compliance Make and model of all the items quoted for PART-1 and PART-2 along with the compliance of the specifications (All data sheets) as per Annexure -05 are to be submitted. Note: 1. 2. The organization (NITW) will not hold any risk and responsibility for non visibility of the scanned document or non receipt of hardcopies for the loss in transit. The Tenderer will be disqualified, if found to have misled or furnished false information in the forms/Statements/Certificates submitted.

Note : The vendors are to note that no extra time will be given to produce the required documents. The documents submitted on the tender due date will only be taken into account.
Note : 1. All the documents related to the eligibility criteria should be submitted in a separate sealed envelope super scribed as Prequalification bid. 2. All the documents related to the technical criteria and technical compliance should be submitted in a separate sealed envelope super scribed as Technical Bid. 3. The price bids will be opened only after the bidders satisfies the prequalification Criteria and technical criteria

14

Annexure 04

Format of Price bid for HPC


S.No 1 2 3 4 5 6 7 8 Description Master Node As per Technical Specification Compute Nodes As per Technical Specification HPC Storage As per Technical Specification Infiniband Switch and the Accessories HPC Software packages L3 Switch as per the Technical Specification L2 Switch as per the Technical Specification Installation & Professional charges Grand Total Qty 1 32 1 1 1 1 1 1 UNIT Price Total Price

Format of Price bid for Data Center


SNo 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
Note: 1. All prices should be FOR Destination prices including taxes and duties, if any. 2. Cost comparison will be made on the total cost of approximate requirement mentioned above.

Item Modular UPS system with accessories Precision Air Conditioning System Rack Mounted PDUs with accessories Server Racks with accessories Networking Racks with accessories Environmental Monitoring Units with accessories Gas Suppression System and accessories Fire Detection & Alarm System with accessories Smoke Detection System with accessories Access Control System with accessories Surveillance System with accessories Data Center Lighting Anti Static Flooring Civil & Electrical Services Charges Project Implementation Services Grand Total

UOM Lot Lot Lot Nos. Nos. Lot Lot Lot Lot Lot Lot Lot Sq.ft Lot Lot

Qty 1 1 1 3 1 1 1 1 1 1 1 1 300 1 1

Unit price

Total price

15

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

Note : The price bid ( HPC bid + Data center bid, both by the same vendor ) is to be submitted in a single sealed envelope super scribed as PRICE BID which will be opened only after the bidder satisfies the eligibility criterion. List of Addresses where the following items to be supplied, installed and commissioned
S.No. Address for the Delivery of the Items Head, Computer Centre, NIT Warangal Active & Passive Components

As per the P.O

16

Annexure 05 PART-1 : TECHNICAL SPECIFICATIONS for HPC


The specifications brought out in this tender are a minimum requirement. Literature/Technical data should be enclosed with the hardcopies of tender submitted.

1. Master Node -1 No
Description Processor Memory Technical Specification 2 X Quad-Core Intel Xeon X5560 2.8Ghz or higher 16 GB Memory (4x4GB DDR3) with 18 slots; 9 DIMM slots per CPU socket 2x300GB SAS HDDs. Server should be scalable to minimum 8 HDDs. 4 X10/100/1000 Ethernet Ports,RJ-45 Connector 4X USB 2.0 Ports 3X PCI-E slots Maximum power consumption not more than 760Watts when fully populated. Redundant power supply with Hot-Swap Fan. 1 X Service Processor, Slide Rail Kit With Cable Management Arm RAID 0, 1, 5, 10 1 X TIA/EIA-232-F asynchronous, RJ-45 connector, DVD, 17 Colour Monitor, Keyboard, Mouse 1U Rack model with Rail kit Compliance

Hard Disk NIC USB PCI-E Slots Power supply

Service Processor RAID support Others

Form Factor Operating System Compilers Middleware Server Management Software

Preinstalled 64 bit UNIX Operating System with unlimited users. C, C++, Fortran compilers & Complete Java IDE (Integrated Development Environment) with unlimited user licence Complete Middleware suite (Web, proxy/cache, Java appln, Portal, Messaging, Calendar, Directory servers& Grid Engine) Integrated Lights-Out Manager (ILOM). Service processor with CLI (in-band and out-of-band). IPMI 2.0 (in-band and out-of-band), SNMP Manager. Server should certify Windows, Linux, Unix
3 years comprehensive Onsite

Certification Warranty

17

2. HPC Nodes -32 Nos


Description Processor Memory Hard Disk Technical Specification 2 X Quad-Core Intel Xeon X5550 2.6Ghz or higher 8 GB Memory (2x4GB DDR3) with 12 slots; 6 DIMM slots per CPU socket 1x500GB 7200RPM SATA HDD. Server should be scalable to minimum 4 HDD. 2X10/100/1000 Ethernet Ports on-board,RJ-45 Connector 4X USB 2.0 Ports 1 PCI-E slot Maximum power consumption not more than 650Watts when fully populated 1 X Service Processor, Slide Rail Kit With Cable Management Arm RAID 0, 1. 1 X TIA/EIA-232-F asynchronous, RJ-45 connector,17 Colour Monitor, Keyboard, Mouse Preinstalled 64 bit UNIX Operating System with unlimited users. C, C++, Fortran compilers & Complete Java IDE (Integrated Development Environment) with unlimited user licence Complete Middleware suite (Web, proxy/cache, Java appln, Portal, Messaging, Calendar, Directory servers& Grid Engine) Integrated Lights-Out Manager (ILOM). Service processor with CLI (in-band and out-of-band). IPMI 2.0 (in-band and out-of-band), SNMP Manager. Server should certify Windows, Linux, Unix 3 years comprehensive Onsite Compliance

NIC USB PCI-E Slots Power supply

Service Processor RAID Support Others

Operating System Compilers Middleware Server Management Software

Certification Warranty

18

3. HPC Storage : 1No (Additional specs are given at the end of item 7)
Description General Features The Offered Storage system should be purpose built and Enterprise class dedicated for file sharing services. The unified storage should support both block and file level access The offered Storage system must be configured with appropriate licenses for the following access protocol support : NFS, CIFS, HTTP, WebDAV, FTP, iSCSI Configuration The offered Storage System should be configured with single head and should be upgradeable to dual controller for high availability. The offered Storage System should be configured with at least 2 Quad Core Processors and 32 GB of memory. Each controller should have the capability to scale to upto 4 Quad Core Processors and up to at least 128GB of main memory It should be possible to configured the storage system in active-active cluster or active-passive mode when two controllers are used in future The offered Storage System should be configured with at least 8 Gigabit Ethernet Ports and should be scalable to at least 12 Gigabit Ethernet Ports. The controller should have the option to add at least 2 X 10GigE Fiber port per controller The offered Storage System should support Infiniband, FC, iSCSI, 10GbE as connectivity options The offered Storage system should be configured with 8TB of usable space after RAID and other overheads. The RAID should be RAID 6. The disk capacity to be used is 1TB 7200 RPM SATA. The Storage system should scale to over 80TB capacity The offered Storage system must support Flash devices as part of the storage hierarchy. The SSDs need to be configured for READ and Write performance optimization. SSDs configured for READ must be at least 100GB and at least 36GB for Write per Controller Warranty: 3 years comprehensive Onsite Technical Specification Compliance

19

4. 36 Port DDR Infiniband Switch with Accessories(Cords and Cables) for HPC setup
Description Technical Specification IB Switch with 1U Rack Mount Form Factor Thirty six 20Gb/s InfiniBand 4X ports Auto-negotiation of port link speed Infiniband Switch (for MPI communication ) Ultra low latency cut-through switching (4-6 us) Supports Multi-Protocol Applications for Clustering, Communication, and Storage Integrated Subnet Management Agent (SMA) Hot Swappable Fan Tray with Redundant Fans Dual Redundant auto-sensing 110/220VAC power supply 4X DDR Infiniband HCA , PCI-Express (should sit on PCI slot only, on board not preferred) with necessary cables of required length 3 years comprehensive Onsite Compliance

Cluster Interconnect Warranty

5. HPC Software and Accessories for HPC implementation

Description Operating System

Technical Specification 64 bit Unix/ Linux OS (should also be available preferably as Open Source) optimized for Multicore architecture Software for Dynamic Resource Management Dynamic resource balancing Policy based resource allocation and hierarchical dependencies Scheduler should have heterogeneous hardware & OS platform support Should support any 3rd party software that is compliant and 100% compatible with the Grid Engine Open Source. Should manage concurrent computing of existing parallel applications Should provide an Open-SSL-based security framework

Compliance

OEM supported commercial scheduler with 3 years support

20

User level check-pointing to be supported. Jobs can be moved to different resources and restarted Accounting and Reporting tool for utilization of resources for individual project team, user, application etc Web based Job status monitoring. Scheduler provided should be a commercially supported version and with Media. Web based job submission portal to be provided for selected four applications which is fully integrated with the scheduler and cluster management and monitoring tool provided. The Cluster management tool Quoted should facilitate following features: * Web based Monitoring overall health of cluster * Add/Delete/Disable users, group * Assignment of roles to users and groups * Add/delete/install/re-install cluster nodes * Monitor cluster nodes status including drill-down of monitored Cluster events, setting of thresholds and alarms Management Tool * Scheduler configuration including new/delete/disable queues, parallel Environment configuration. * Job Management including jobs submission, monitoring, deletion and tracking of status (email job complete failed status). * Cluster health reporting * Posting of notice/Message of the day by administrator 1. All Standard Libraries like BLAS, LAPACK, SCALAPCK, ATLAS etcshould be part of cluster toolkit. 2. MPI and OSU MVAPICH2 for Infiniband network to be done over VAPI and Gen (If applicable) 3. All Standard Open Source compilers like G-Fortran, GCC etc should be part of the solution. 4. Intel cluster toolkit compiler edition for compiler for 1 user perpetual license with 3 year support. 5. The Parallel Environment to be integrated with Scheduler quoted.

Libraries and Compilers

Specification of Grid Portals For Job Submission via Web Browser

1. Easy to install and Web based submission engine 2. Submission nodes are enabled instantaneously, by using standard web browsers 3. Provide for secure data transfer over Intranet /Internet by utilizing HTTP over SSL when requested 4. Increased job success rate by ensuring jobs are submitted correctly and by providing better monitoring options, automatic estimates for required resources and automatic run profiles

21

6. L3 Manageable Switch 1No


General Features 1 The switch should have minimum 48 x 10/100/1000 Ports and 4 SFP based Gigabit ethernet ports 2 3 Form Factor of 1 RU and 19" Rack Mountable Support for Redundant Power supply Compliance Remarks

Performance 1 2 3 4 5 6 7 Minimum of 32 Gbps Switching Fabric Forwarding rate - 38 Mpps 128 MB DRAM 64 MB Flash memory Configurable up to 12,000 MAC addresses Configurable up to 11,000 unicast routes Configurable up to 1000 IGMP groups and multicast routes

8 Configurable maximum transmission unit (MTU) of up to 9000 bytes, with a maximum Ethernet frame size of 9016 bytes (Jumbo frames) High Availability & Scalability Features Redundancy features for fault backup 1 Uplink Fast and Backbone Fast technologies to help ensure quick failover recovery, enhancing overall network stability and reliability. 2 IEEE 802.1w Rapid Spanning Tree Protocol (RSTP) to provide rapid spanning-tree convergence independent of spanningtree timers and the benefit of distributed processing. 3 Per-VLAN Rapid Spanning Tree Plus (PVRST+) to allow rapid spanning-tree reconvergence on a per-VLAN spanning-tree basis, without requiring the implementation of spanning-tree instances. 4 Hot Standby Router Protocol (HSRP) & VRRP support to create redundant, fail-safe routing topologies or equivalent. 5 Unidirectional Link Detection Protocol (UDLD) and Aggressive UDLD to allow unidirectional links to be detected and disabled to avoid problems such as spanning-tree loops.

22

6 Switch port auto recovery (errdisable) automatically attempts to reenable a link that is disabled because of a network error. 7 RPS support to provide superior internal power-source redundancy to devices, resulting in improved fault tolerance and network uptime. 8 Equal cost routing (ECR) to provide load balancing and redundancy. 9 Bandwidth aggregation up to 8 Gbps through Gigabit EtherChannel technology and up to 800 Mbps through Fast EtherChannel technology enhances fault tolerance and offers higher-speed aggregated bandwidth between switches and to routers and individual servers. 10 The Switch should be able to discover the neighboring switch of the same vendor giving the details about the platform, IP Address, Link connected through etc, thus helping in troubleshooting connectivity problems. High-Performance IP Routing 1 Express Forwarding hardware routing architecture to deliver extremely high-performance IP routing. 2 Basic IP unicast routing protocols (static, RIPv1, and RIPv2)

3 Support for IPv6 unicast routing capability (static, RIP, EIGRP and OSPF protocols) to forward IPv6 traffic through configured interfaces 4 Support for Advanced IP unicast routing protocols (OSPF, Interior Gateway Routing Protocol [IGRP], EIGRP, and Border Gateway Protocol Version 4 [BGPv4]) for load balancing and constructing scalable LANs. 5 Support for Policy-Based Routing (PBR) to allow superior control by enabling flow redirection regardless of the routing protocol configured. 6 Inter-VLAN IP routing to provide for full Layer 3 routing between two or more VLANs. 7 Support for Protocol Independent Multicast (PIM) for IP Multicast routing, including PIM sparse mode (PIM-SM), PIM dense mode (PIM-DM), and PIM sparse-dense mode. 8 Support for Distance Vector Multicast Routing Protocol (DVMRP) tunneling to interconnect two multicast-enabled networks across non multicast networks.

23

9 Support for Fallback between two or more VLANs.

bridging

forwards

non-IP

traffic

Integrated Software features for bandwidth optimization 1 Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations from degrading overall systems performance. 2 IEEE 802.1d Spanning Tree Protocol support for redundant backbone connections and loop-free networks simplifies network configuration and improves fault tolerance. 3 PVST+ for Layer 2 load sharing on redundant links to efficiently use the extra capacity inherent in a redundant design. 4 IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) to allows spanning-tree instance per VLAN, enabling Layer 2 load sharing on redundant links. 5 Local Proxy Address Resolution Protocol (ARP) to work in conjunction with Private VLAN Edge to minimize broadcasts and maximize available bandwidth. 6 VLAN1 minimization to allow VLAN1 to be disabled on any individual VLAN trunk link. 7 VLAN Trunking Protocol (VTP) pruning to limit bandwidth consumption on VTP trunks by flooding broadcast traffic only on trunk links required to reach the destination devices. 8 IGMPv3 snooping to provide fast client joins and leaves of multicast streams and limits bandwidth-intensive video traffic to only the requestors. 9 IGMP filtering to provide multicast authentication by filtering out nonsubscribers and limits the number of concurrent multicast streams available per port. 10 Multicast VLAN registration (MVR) to continuously send multicast streams in a multicast VLAN while isolating the streams from subscriber VLANs for bandwidth and security reasons. QoS AND CONTROL Advanced QoS 1 Standard 802.1p CoS and DSCP field classification should be supported, using marking and reclassification on a per-packet basis by source and destination IP address, source and destination MAC address, or Layer 4 TCP or UDP port number.

24

2 Control- and Data-plane QoS ACLs on all ports to help ensure proper marking on a per-packet basis. 3 Four egress queues per port to enable differentiated management of up to four traffic types across the stack. 4 SRR scheduling to ensure differential prioritization of packet flows by intelligently servicing the ingress and egress queues. 5 Weighted tail drop (WTD) to provide congestion avoidance at the ingress and egress queues before a disruption occurs. 6 Strict priority queuing to guarantee that the highest-priority packets are serviced ahead of all other traffic. Granular Rate Limiting 1 Committed Information Rate (CIR) function to guarantees bandwidth in increments as low as 8 kbps. 2 Rate limiting support based on source and destination IP address, source and destination MAC address, Layer 4 TCP and UDP information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps. 3 Support for Asynchronous data flows upstream and downstream from the end station or on the uplink using ingress policing and egress shaping. 4 Up to 64 aggregate or individual policers for per Fast Ethernet or Gigabit Ethernet port. Network security features 1 Support for Network Admission Control for end-point security (PCs & Desktop Posture Assessment) and thereby controling the spread of viruses & worms 2 IEEE 802.1x to allow providing user authentication. dynamic, port-based security,

3 IEEE 802.1x with VLAN assignment to allow a dynamic VLAN assignment for a specific user regardless of where the user is connected. 4 IEEE 802.1x with voice VLAN to permit an IP phone to access the voice VLAN irrespective of the authorized or unauthorized state of the port. 5 IEEE 802.1x and port security to authenticate the port and manage network access for all MAC addresses, including those of the client.

25

6 IEEE 802.1x with an ACL assignment to allow for specific identity-based security policies regardless of where the user is connected. 7 IEEE 802.1x with Guest VLAN to allow guests without 802.1x clients to have limited network access on the guest VLAN. 8 VLAN ACLs (VACLs) on all VLANs to prevent unauthorized data flows from being bridged within VLANs. 9 Standard and Extended IP security router ACLs (RACLs) to define security policies on routed interfaces for control- and dataplane traffic. 10 Port-based ACLs (PACLs) for Layer 2 interfaces to allow application of security policies on individual switch ports. 11 Unicast MAC filtering to prevent the forwarding of any type of packet with a matching MAC address. 12 Unknown unicast and multicast port blocking to allow tight control by filtering packets that the switch has not already learned how to forward. 13 Support for SSHv2, Kerberos, and SNMPv3 to provide network security by encrypting administrator traffic during Telnet and SNMP sessions. 14 Private VLAN to provide security and isolation between switch ports, helping ensure that users cannot snoop on other users' traffic. 15 Bidirectional data support on the Switched Port Analyzer (SPAN) port to allow the Intrusion Detection System (IDS) to take action when an intruder is detected. 16 TACACS+ and RADIUS authentication to enable centralized control of the switch and restrict unauthorized users from altering the configuration. 17 MAC address notification to allow administrators to be notified of users added to or removed from the network. 18 DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses. This can be used to prevent attacks that attempt to poison the DHCP binding database, and to rate limit the amount of DHCP traffic that enters a switch port. 19 DHCP Interface Tracker (Option 82) to augment a host IP address request with the switch port ID. 20 Port security to secure the access to an access or trunk port based on MAC address. After a specific timeframe, the aging

26

feature should remove the MAC address from the switch to allow another device to connect to the same port. 21 Trusted Boundary to provide the ability to trust the QoS priority settings if an IP phone is present and to disable the trust setting if the IP phone is removed, thereby preventing a malicious user from overriding prioritization policies in the network. 22 Multilevel security on console access to prevent unauthorized users from altering the switch configuration. 23 The user-selectable address-learning mode to simplify configuration and enhances security. 24 BPDU Guard feature, which shuts down Spanning Tree Protocol PortFast-enabled interfaces when BPDUs are received to avoid accidental topology loops. 25 Spanning-Tree Root Guard (STRG) to prevent edge devices not in the network administrator's control from becoming Spanning Tree Protocol root nodes. 26 IGMP filtering provides multicast authentication by filtering out nonsubscribers and limits the number of concurrent multicast streams available per port. 27 Dynamic VLAN assignment support

28 Support for upto Two thousand access control entries (ACEs). Management Superior manageability Features 1 CLI support to provide a common user interface and command set with all routers and switches of the same vendor 2 Service Assurance Agent (SAA) support to facilitate servicelevel management throughout the LAN. 3 Switching Database Manager templates for access, routing, and VLAN deployment scenarios to allow the administrator to easily maximize memory allocation to the desired features based on deployment-specific requirements. 4 VLAN trunks support from any port, using either standardsbased 802.1Q tagging or the Inter-Switch Link (ISL) VLAN architecture. 5 Up to 1024 VLANs per switch or stack and up to 128 spanning-tree instances per switch

27

Upto Four thousand VLAN IDs

7 Voice VLAN feature to simplify telephony installations by keeping voice traffic on a separate VLAN for easier administration and troubleshooting. 8 VTP (VLAN Trunking Protocol) to support dynamic VLANs and dynamic trunk configuration across all switches. 9 IGMPv3 snooping to provide fast client joins and leaves of multicast streams and limits bandwidth-intensive video traffic to only the requestors. 10 Remote SPAN (RSPAN) to allow administrators to remotely monitor ports in a Layer 2 switch network from any other switch in the same network. 11 For enhanced traffic management, monitoring, and analysis, the Embedded Remote Monitoring (RMON) software agent should support four RMON groups (history, statistics, alarms, and events). 12 Layer 2 traceroute ot ease troubleshooting by identifying the physical path that a packet takes from source to destination. 13 All nine RMON groups should be supported through a SPAN port, which permits traffic monitoring of a single port, a group of ports, or the entire stack from a single network analyzer or RMON probe. 14 Domain Name System (DNS) to resolution with user-defined device names. provide IP address

15 Trivial File Transfer Protocol (TFTP) to reduce the cost of administering software upgrades by downloading from a centralized location. 16 Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet switches. 17 Multifunction LEDs per port for port status; half-duplex and full-duplex mode; and 10BASE-T, 100BASETX, and 1000BASE-T indication as well as switch-level status LEDs for system, redundant power supply, and bandwidth use to provide a comprehensive and convenient visual management system. Ease of use and ease of deployment 1 Express Setup feature to simplify initial configuration of a switch via a Web browser, eliminating the need for more complex terminal emulation programs and CLI knowledge Reduces the cost of deployment by enabling less-skilled personnel to quickly and simply set up switches.

28

2 DHCP autoconfiguration of multiple switches through a boot server eases switch deployment. 3 Automatic QoS (Auto QoS) Feature to simplify QoS configuration in voice-over-IP (VoIP) networks by issuing interface and global switch commands to detect IP phones, classify traffic, and enable egress queue configuration. 4 Autosensing on each 10/100 port to detect the speed of the attached device and to automatically configure the port for 10- or 100-Mbps operation, easing switch deployment in mixed 10- and 100-Mbps environments. 5 Autonegotiating on all ports to automatically select half- or full-duplex transmission mode to optimize bandwidth. 6 Dynamic Trunking Protocol (DTP) to help enable dynamic trunk configuration across all switch ports. 7 Port Aggregation Protocol (PAgP) to automate the creation of Fast EtherChannel groups or Gigabit 8 EtherChannel groups to link to another switch, router, or server. 9 Link Aggregation Control Protocol (LACP) to allow the creation of Ethernet channeling with devices that conform to IEEE 802.3ad. 10 DHCP Server to enable a convenient deployment option for the assignment of IP addresses in networks that do not have a dedicated DHCP server. 11 DHCP Relay to allow a DHCP relay agent to broadcast DHCP requests to the network DHCP server. 12 IEEE 802.3z-compliant 1000BASE-SX, 1000BASE-LX/LH, 1000BASE-ZX, 1000BASE-T, and coarse wavelength-division multiplexing (CWDM) physical interface support through a fieldreplaceable SFP module to provide unprecedented flexibility in switch deployment. 13 Default configuration should be stored in Flash and should help to ensure that the switch can be quickly connected to the network and can pass traffic with minimal user intervention. 14 Automatic medium-dependent interface crossover (AutoMDIX) to automatically adjust transmit and receive pairs if an incorrect cable type (crossover or straight-through) is installed on a 10/100 port. Standards

29

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27

IEEE 802.1s IEEE 802.1w IEEE 802.1x IEEE 802.3ad IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports IEEE 802.1D Spanning Tree Protocol IEEE 802.1p CoS Prioritization IEEE 802.1Q VLAN IEEE 802.3 10BASE-T specification IEEE 802.3u 100BASE-TX specification IEEE 802.3ab 1000BASE-T specification IEEE 802.3z 1000BASE-X specification 1000BASE-X (SFP) 1000BASE-SX 1000BASE-LX/LH 1000BASE-ZX 1000BASE-CWDM SFP 1470 nm 1000BASE-CWDM SFP 1490 nm 1000BASE-CWDM SFP 1510 nm 1000BASE-CWDM SFP 1530 nm 1000BASE-CWDM SFP 1550 nm 1000BASE-CWDM SFP 1570 nm 1000BASE-CWDM SFP 1590 nm 1000BASE-CWDM SFP 1610 nm RMON I and II standards SNMPv1, SNMPv2c, and SNMPv3

Warranty : 3 years comprehensive Onsite

30

7. L2 Manageable Switch :

1 No

S.No 1

Feature

Details Minimum 48 10/100 Copper Ports with RJ-45 Media Interfaces Minimum 2 Nos Gigabit Dual Purpose uplinks (each dual-purpose uplink should have 1 10/100/1000 ethernet port and 1 SFP-based Gigabit Ethernet port, 1 port active).

Compliance

Remarks

10/100 Ports 2 Uplink Ports

SwitchingCapacity Forwarding Rate MAC addresses VLAN & VLAN IDs Easy deployment

16 Gbps

6.5 Mpps

8000 MAC addresses

6 7

Minimum 255 VLAN's & 4K VLAN IDs Switch should support Dynamic trunking protocol that helps enable dynamic trunk configuration across all switch ports.

Switch should support EtherChannel technology. 8 Security Features

LACP

and

Should provide a mechanism to prevent edge devices not in the network administrator's control from becoming Spanning Tree Protocol root nodes. Should provide Unicast MAC filtering to prevent the forwarding of any type of packet with a matching MAC address Should provide DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses. Switch should provide IBNS( Identity based networking services) solution which provide

31

Authentication, ACLS and security policy administration. Multilevel security on console access to prevent unauthorized users from altering the switch configuration. Per-port broadcast, multicast, and storm control to prevent faulty end stations from degrading overall systems performance BPDU Guard or equalant mechanism to shut down Spanning Tree Protocol PortFastenabled interfaces when BPDUs are received to avoid accidental topology loops. Should support MAC address notification to allow administrators to be notified of users added to or removed from the network. Port-based ACLs for Layer 2 interfaces SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during Telnet and SNMP sessions. TACACS+ and RADIUS authentication 9 QoS Features Standard 802.1p CoS and DSCP Control- and Data-plane QoS ACLs Four egress queues per port. Weighted tail drop congestion avoidance (WTD) to provide

Rate Limiting function should guarantee bandwidth in increments as small as 1 Mbps. Rate limiting should be provided based on source and destination IP address, source and destination MAC address, Layer 4 TCP and UDP information, or any combination of these fields, using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps 10 Redundancy Support for Redundant Power Supply Switch should support ULDP (Unidirectional link detection protocol). 11 Standards 802.1q/p VLAN Tagging and Priority

32

Compliance 802.1w rapid spanning tree 802.1x port based authentication, dynamic VLAN, ACL and MAC Filter Group Assignment 802.3ad Link Aggregation Dual uplinks should support

802.3u 100Base-TX 802.3z 1000base-SX/LX/T 802.3ab 1000 Base-T

12

Management & Control

Embedded Web Management Industry Standard Command Line Interface Web based Graphical User Interface Integration Compatibility with HP Openview, CA Unicenter, IBM Tivoli and other Industry Standard NMS on Linux and Windows SNMPV3

13.

Warranty :

3 years comprehensive Onsite

Additional specs for Item 3 : HPC storage

Software Features and Services

The offered Storage system must be configured with appropriate licenses for the following access protocol support : NFS, CIFS, HTTP, WebDAV, FTP, iSCSI The offered Storage System shall not be based on Windows based operating system and must have an operating system optimized for storage and NAS environment

33

The offered Storage system must support data compression and at least 4 levels data compression must be available The Storage system must support directory services for NIS, AD & LDAP The offered Storage System should provide seamless multi protocol integration and secure data sharing between Microsoft Windows, Linux and UNIX clients. The offered Storage system must be configured with the ability to create snapshots and clone volumes

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

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

Data Protection Features

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

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

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

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

The offered Storage system must be configured with replication license capable of 1:N, N:1, manual , scheduled and continuous replication The Storage system must support and should be configured with the ability to integrate with ICAP-based virus scanning utility

34

Management Features The offered Storage System should provide real-time analysis and monitoring functionality, at almost no performance impact to the running production applications. The offered Storage System should provide monitoring storage analytics for fine tuning system performance and debugging and dashboard monitoring for key system performance metrics. The browser based User interface must be available for administration tasks. Configuration, maintenance (including hardware), checking shares and status (current usage of CPU, memory, storage, network, services, hardware, CIFS, NDMP, NFSv3 and v4, and iSCSI. It must provide a single page view of all characteristics It should be possible for the storage administrator to analyze problems in real time through the GUI and do drill down analysis. It should be possible to generate views on how many IOPS the whole Storage system is doing, on a per protocol basis, on a per client basis, on a per file basis. It should be possible to know which files are being read more or written more by which client. The offered System should support following Networking features: IPV4, IPV6, Static or DHCP; IP Multi-Pathing groups of addresses; IEEE 802.3AD LACP; IEEE 802.1Q VLA.

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

35

PART- 2 : TECHNICAL SPECIFICATIONS for Data Center 1. Modular UPS Systems: S.No 1 Technical Specifications System capacity 32Kva / 32Kw N+1 configuration Scalable to 80 KW N+1 For Future Expansion : To be located in the data center adjoining the server rack GENERAL SPECIFICATIONS of UPS system The ups system shall comprise of redundant main controller modules, redundant logic power supplies, which can be swapped with out switching off any ups modules when required. Each ups modules contains a full rated input rectifier full rated output inverter (KVA=KW), and battery charging circuit. UPS shall be comprised of hot swappable / user replaceable ups modules, which shall operate in parallel, and be configured for N+1 redundant operation at rated load. The system shall comprise of a user-replaceable hot swappable battery modules, connected in parallel as well as in series, which can be swapped with out switching of the ups modules when required. The system shall comprise of a user-replaceable continuous duty single bypass static switch module. The ups units & the batteries shall be scaleable with out shutting down the mission critical Data Centre load. The back up time for the current load shall be 15 mins, Option for Back up extension with the increase in load to be included as a default option MODES OF OPERATIONS Normal: The input converter and output inverter shall operate in an on-line manner to continuously regulate power to the critical load. The input and output converters shall be capable of full battery recharge while simultaneously providing regulated power to the load. Battery: Upon failure of the AC input source, the critical load shall continue being supplied by the output inverter, which shall derive its power from the battery system. There shall be no interruption in power to the critical load during both transfers to battery operation and retransfers from battery to normal operation. Recharge: Upon restoration of the AC input source, the input converter and output inverter shall simultaneously recharge the battery and provide regulated power to the critical load. Static Bypass: The static bypass shall be used to provide transfer of critical load from the Inverter output to the bypass source. This transfer, along with its retransfer, shall take place with no power interruption to the critical load. In the event of an emergency, this transfer shall be an automatic function. Maintenance Bypass: The system shall be equipped with an external makebefore-break Maintenance Bypass to electrically isolate the UPS during routine maintenance and service of the UPS. The MBC shall completely Compliance

B 1

2 3

5 6 7 C 1

36

isolate both the UPS input and output connections. D 1 2 3 4 5 6 SYSTEM CHARACTERISTICS System Capacity: The system shall be rated for full kW output. AC Input Nominal Voltage: 400 V, 3 Phase, 4 wire + G, 50 Hz. AC Input Voltage Window: 340Volts to 475Volts. (While providing nominal charging to the battery system). Frequency Range: 40-60Hz Input Power Factor: > .99 at greater than 25% load to 100% load Input Current Distortion: The input current THDI shall be held to 5% or less at full system, while providing conditioned power to the critical load bus, and charging the batteries under steady-state operating conditions. This shall be true while supporting loads of both a linear or non-linear type. This shall be accomplished with no additional filters, magnetic devices, or other components. Soft-Start: As a standard feature, the UPS shall contain soft-start functionality, capable of limiting the input current from 0-100% of the nominal input over a default 15 seconds period, when returning to the AC utility source from battery operation. AC Output Nominal Output: 400V, 3 Phase, 4 wire + G, 50 Hz. AC Output Voltage Distortion: Max. 3% @ 100% Linear Load. AC Output Voltage Regulation: +/- 1% For 100 % Linear & 3% for Nonlinear Load Voltage Transient Response: +/- 5% maximum for 100% load step Voltage Transient Recovery within <50 milliseconds Output Voltage Harmonic Distortion: a. <2% THD maximum for liner load and 6% for 100% non-linear load. Overload Rating: Normal Operation: 1) 150% for 60 seconds, 125% for 10mins. Overload Rating : Bypass operation: 1) 110% continuous Output Power Factor Rating: The UPS output shall not require derating for purely resistive loads (PF of 1). The potential kW and kVA ratings of the UPS output shall be equal. For loads exhibiting a power factor of .5 leading to .5 lagging, no derating of the UPS shall be required. Battery Protection: The inverter shall be provided with monitoring and control circuits to limit the level of discharge on the battery system. CHARGING: The battery charging shall keep the DC bus float voltage at +/-1% of tolerance The battery charging circuit shall contain a temperature compensation circuit, which will regulate the battery charging to optimize battery life. The battery charging circuit shall remain active when in Static Bypass and in Normal Operation BATTERIES The UPS battery shall be of modular construction made up of user replaceable, hot swappable, fused, battery modules. Each battery module 37

8 9 10 11 12 13 15 17 19 20

21 22 23 24 E 1

2 3

F 1

G 1

2 3 4

H 1 2 3 4 I 1 2 3

shall be monitored for voltage and temperature for use by the UPS battery diagnostic, and temperature compensated charger circuitry. The battery jars housed within each removable battery module shall be of the Valve Regulated Lead Acid (VRLA) type. The UPS shall incorporate a battery management system to continuously monitor the health of each removable battery module. This system shall notify the user in the event that a failed or weak battery module is found. Back up shall be designed for 30min on full on the present load of 32 KW expandable in the future. UNATTENDED SHUT DOWN The UPS, in conjunction with a network interface card, shall be capable of gracefully shutting down one or more operating systems during when the UPS is on low battery condition The UPS shall also be capable of using an RS232 port to communicate by means of serial communications to gracefully shut down one or more operating systems during a low battery situation. DISPLAY UNITS A microprocessor controlled single display unit shall be located on the door in front of the ups system & out put power distribution unit. The display shall consist of an alphanumeric display and a keypad. Metered Data: Data of all the input ,out put & battery parameters shall be available on the alphanumeric display: Event log: The display unit shall allow the user to display a time and date stamped logs. Controls: All the ups controls or programming functions shall be accomplished by use of the display unit. Pushbutton membrane switches shall facilitate these operations REMOTE MONITORING Web Monitoring: Remote monitoring shall be available via a web browser such as Internet Explorer. RS232 Monitoring: Remote UPS monitoring shall be possible via either RS232 or contact closure signals from the UPS. Simple Network Management Protocol (SNMP): Remote UPS Monitoring shall be possible through a standard MIB II compliant platform. The UPS manufacturer shall have available software to support graceful shutdown and remote monitoring ENVIRONMENTAL Operating Ambient Temperature: 0C to 40C Relative Humidity: 0 to 95% Non-condensing Altitude: Maximum installation with no derating of the UPS output shall be 10,000 feet (3000m) above sea level. Trained service personnel shall perform the following inspections, test procedures, and on-site training: On-Site Operational Training: During the factory assisted start-up, operational training for site personnel shall include key pad operation, LED indicators, start-up and shutdown procedures, maintenance bypass and 38

AC disconnect operation, and alarm information. K STANDARDS 5. ISO 9001 6. ISO 14001 PROPOSAL SUBMITTALS 1. As bid system bill of materials. 2. Product catalog sheets or equipment brochures. 3. Installation information, including weights and dimensions. 4. Information about terminal locations for power and control connections. 1. Installation manual, which includes instructions for storage, handling, examination, preparation, installation, and start-up of UPS. 2. User manual, which includes operating instructions.

2. Precision Air-conditioning System:

S.No
C

System should be capable of remotely controlled /managed over TCP/IP. It should help the customer to change set points as well as view and clear alarms remotely. Technical Specifications COOLING SYSTEM: Minimum unit capacity Min 10Kw-29kw The cooling coil shall use corrugated aluminum fin and copper tube coils. General Specifications: The coil header is equipped with a drip plate in the bottom to capture and The unit shall be configured for draw-through air pattern to provide direct the condensation accumulating on the suction header tube to the uniform air flow over the entire face of the coil. External ambient drain. Appropriate arrangement to collect the condensate water to collect to the Variable speed fans: Fans shall be variable speed capable of modulating drain pipe should be with the system from 30-100%. Fans shall soft start to minimize in-rush current. The coil shall be rated for a maximum pressure of 3440 kPa (500 psig) or Insulation complies with UL94-5VA ASTM E84 or Indian equivalent. higher, and the coils are certified in accordance with UL207 or its Indian Control Panel: Micro processor based control panel for temperature equivalent. 1 Compressor: The unit shall be with configured with a variable speed settings & to watch operational status visual indications. reciprocating hermetic compressor using a matched VFD so that feet the Units shall be 42 U, 300/600mm width & include casters and, leveling compressor speed can be varied through a range between 30 and 85 Hz to to allow ease of installation in the row and provide a means to level the accommodate varying load conditions. Compressor shall be designed on equipment with adjacent IT racks. Scroll technology which can withstand liquid refrigerant slugging which is 2/3 area should be perforated at the front panel of the cooling unit. major cause of compressor failure. 2 Compressor is electrically protected through the VFD. Microprocessor controlled audio & visual alarms for

Compliance

A
1

1
2

temperature to be considered 46 deg centigrade.

3 3 4 5 4 6 7 8 D 9
1

10 E B
1

Temp / sensors setting CONDENSATE PUMP:fault indications Pump have dual internal floats and reservoir made of polymeric Inlet airshall pressure / filters fault indications materials to prevent corrosion. Temp/air pressure / humidity sensors excessive use or functional unit
FILTERS: failure. Filters shall be 80% efficient as per ASHRAE Standard 52.1, UL Class 2 REMOTE MANAGEMENT: (MERV 8 per ASHRAE 52.2) or India equivalent & shall be replaceable from the rear of the unit.

39

3. Rack Mount PDU and Accessories: S.No A 1 2 3 4 B 1 Technical Specifications General Specifications (Capacity): PDU of 32A, 230V, having ISO/ IEC power connector (21)C13 & (3)C19 Rack power distribution offerings meet the needs a way to monitor the current draw at each rack The rack power distribution shall be a zero U mounting unit It shall Monitor the aggregate current draw; avoid overloaded circuits; balance loads User Interface & load indicator Individual Outlet Control: Shall have a remote option for Turn outlets off that are not in use to protect from overloaded circuits; reduce the risk of someone plugging equipment into a strip and overloading the circuit. PDU should Indicates overload and warning conditions based on the userdefined alarm thresholds. The PDU should provide alarms & alerts to user about potentional problems. Power Delays: Configure the sequence in which power is turned on or off for each outlet; avoid overloads due to in-rush current at start-up. Approvals CCC,CE,VDE Compliance

2 3 4

4., 5 : Server Racks, Network racks and Accessories: S.No 1 Technical Specifications 42 U Rack Should support multi vendor rack server with increased depth of minimum 1060 mm or more for effective network and power cable management ( 1U = 1.75" or 44.45 mm), 600mm width for Server and 750mm for network Cabinet should be perforated with 64% open area for ventilation, 830 square inches ( 5350 sq cm) of holes evenly distributed from top to bottom to permitt adequate air flow, at the same time prevent tampering of servers placed inside the rack, having lock Vertical Post, Front Door, of 16 Gauge, Rear Door and Roof and Side Pannel of 18 Gauge, EIA Mounting Rails of 14 gauge, thick steel sheet with powder coated in black color and caster fitted with leveling feet. Should have cable channel in rear side for cable management. Compliance

3 4

40

5 6 7 8 9 10 11 12

Support cable entry from top or bottom with rear split door design. Caster fitted for mobility. Leveling feet shall be supplied as standard. The rack shall incorporate a rear split door design for easier access to equipment Weight capacity ( Static Load) 1350 Kg Rack height 42 U, as per EIA 310-D Should have levelling feet and preinstalled casters. Should be toolless and vertically mounted in the 42 U Rack Depth of Rack 1060 MM to enable PDU to Occupy Zero U space in the rack

6. Environment monitoring Unit & Access: S.No Technical Specifications Environmental Monitoring units : Monitors temperature and humidity at rack enclosure level at 1 levels for high density racks. 4 contact closures for control circuits 2nd probe available for monitoring at top and bottom of each rack enclosure Temperature and Humidity monitoring probes shall have SNMP capability ( Get / Set) and made available on TCP/IP. Power & Data Cable Routing: Adjustable power cable troughs and data partitions fit seamlessly into the roof of the server / Network rack No raised floor required and no suspended ceiling. Toolless cable ladders for row-to-row cable routing. Distance between power and data cable should be at least 800 mm away Compliance

7. Gas Suppression System: S.No 1 2 3 4 5 6 Technical Specifications Entire area is to be protected with FM 200 gas based Fire Suppression System The system shall be integrated with the Fire Detection & Alarm system to achieve end to end Fire Protection within the Facility The system design shall consider and address possible Fire hazards within the protected volume at the design stage. The delivery of the FM-200 system shall provide for the highest degree of protection and minimum extinguishing time. The design shall be strictly as per NFPA 2001 The suppression system shall provide for high-speed release of FM-200 (99.95% discharge in less than 10 seconds), based on the concept of total Flooding protection for enclosed areas. Compliance

41

7 8 9 10

The minimum operating pressure of 10Bar shall be achieved at the nozzle, while the storage pressure of FM-200 in the cylinder shall be 42 Bar Uniform extinguishing concentration shall be 7% (v/v) of FM- 200 for 70 deg. F., or higher as recommended by the manufacturer Sub-floor to be included in the protected volume The system shall be such that the discharge of extinguishing agent does not harm the human being and / or the systems/equipments/devices in the Facility The FM-200 Fire Suppression System shall include a detection and control system provision for both pre-alarm and automatic agent release The discharge nozzles shall be located in the protected volume in compliance to the limitation of spacing, floor and ceiling covering, etc. The nozzle locations shall be such that the uniform design concentration will be established in all parts of the protected volumes, which shall also be approved by third party inspectors and certifiers such as UL / FM / VdS / LPC The Storage Container offered shall be of Seamless type, meant for exclusive use in FM-200 systems, with VdS / FM / UL / LPC / CNPP approval. Welded cylinders are not permitted The system flow calculation shall be carried out on certified software, suitable for the Seamless Steel Cylinder being offered for this project. Such system flow calculations shall also be approved by VdS / LPCB / UL / FM. The Seamless storage cylinder shall be approved by the Chief Controller of Explosives, Nagpur and shall have NOC from CCOE, Nagpur for import of the same The FM-200 valve shall be of Differential Pressure Design and shall not require an Explosive / Detonation type Consumable Device to operate it The FM-200 Valve operating actuators shall be of Electric (Solenoid) type, and it should be capable of resetting manually. The Valve should be capable of being functionally tested for periodic servicing requirements and without any need to replace consumable parts

11

12

13

14

15

16

17

18

19

42

20

The individual FM-200 Bank shall also be fitted with a manual actuation mechanism that provides actuation of the system in case of power failure FM-200 agent is stored in the container as a liquid. To aid release and more effective distribution, the container shall be super pressurized to 600 psi (g) at 70F with dry Nitrogen

21

8. Fire Detection System: S.No 1 Technical Specifications The fire alarm system is required to detect the incidence of smoke and / or fire within the Server/Datacenter Facility On ascertaining that the fire has actually occurred, Fire Suppression system shall be actuated to extinguish the fire in the areas of the Server/Datacenter where critical computer systems / network systems are installed and / or important data are stored The system shall be designed such that it detects the abnormal conditions in time and extinguishes the fire to safeguard the equipment/ systems /devices and the personnel working inside the Facility The response time for detection and suppression shall be kept to minimum and shall protect the human being and systems/ equipments/ devices from any damage under the abnormal conditions The sensors, discharge nozzles shall be located such that it covers the area of concern effectively with the minimum of hardware Actuation of the suppression system shall be initiated only after confirming that the fire has actually occurred. Bidder to design the cross zoning configuration to effectively achieve the reliability of the discharge and to avoid faulty discharge of the extinguishing agent Bidder to study the layout and the space provided for housing the Fire Alarm and Suppression System components and confirm that the same is adequate The Proposed site shall have analog addressable Fire detection and alarm system at three levels room void, below false flooring and above false ceiling (if provided) For Site: Server room will have Fire Detection & Alarm at three levels while NOC staff & Electrical Areas shall have two levels- false ceiling and room void as false flooring is not provided Detector spacing and location is to be designed considering coverage of approx. 250 sq. ft per detector For identifying the Confirmed Fire situation, cross zoning shall be established All areas and their levels will have ionization & photoelectric type detector while UPS/electrical room shall also have heat detector. Compliance

4 5 6 7

10 11 12 13

43

14 15 16 17 18 19 20 21 22 23 24

All basic equipments proposed and planned for use should be formally approved by at least one internationally recognized testing labs and/or approval from all the concerned authority for the system offered, like UL, FM , LPCB & VdS Minimum Components to be included Analogue addressable smoke & heat detectors. Addressable Manual Call Point Addressable Loop Sounder Loop Fault Isolators Remote Response Indicator Caution Signs Single loop Addressable panel with LCD Display, complete with battery charger & battery. Gas Release Panel, suitable for at least 2 nos. FM-200 flooding areas, complete with Timer delays, PSU, Battery charger & battery Addressable I/O units & modules. The system shall use microprocessor based analogue addressable fire detectors (ionization, photoelectric, heat, etc.) to detect fire or the zone of fire and warn/alarm the occupants of the Server/Datacenter about a possible source/or the zone of fire Fire alarm system can be triggered either by automatic detectors or manual operation of Manual Call Points (MCP) The alarm condition is intimated to the occupants by sounding the hooters, and flashers, which are interfaced with system through Control modules The total area to be considered for Fire alarm and detections shall be Server Room, NOC Area and Utility Room. Fire detection and Alarm shall be integrated with Fire Suppression system to achieve efficient and reliable fire extinguishing in case of fire The system shall be integrated with other systems such as Air Conditioners and Access Control to avoid spreading of fire, provide easy escape from the affected area and to minimize the effect of fire. Such integration shall be designed to ensure that the Monitoring and Control Equipment The main panel should have a 2 X 40 character Back-lit Super Twist Alpha Numeric LCD Display screen, which may be visible under any lighting condition. Vacuum fluorescent displays, which may consume high levels of current and are not readily visible in high ambient light conditions, should not be used.

25

26 27 28 29

30

31 32

33

44

34

At least 40 character of the LCD display should be available for customer text to describe the location of a zone or device The depth of the Operators interaction with the control panel should be protected by at least 3 software programmable Access levels so that specific functions may be allowed only to designated persons. The user specific code shall be stored in the on line history log to identify the individual responsible for activating the functions The memory of the panel should be non-volatile. Systems requiring a power source to maintain site-programmed data are not recommended The system should have self-contained (internal) standby battery as a part of the Intelligent power supply with automatic charger. The charger must be capable of automatically adjusting the Boost or trickle charger according to the requirement of the Battery for at least 24 hours V back up time The Control panel should allow for cross zoning or looping of sensors i.e. a detector on any loop may be assigned to any zone. This will prevent the need for excessive wiring. The control panel should have the facility of field selectable alarm verification by zone, by group of zones, or by system The control panel should be fully site programmable by Laptop computer i.e. field programmable, configurable and expandable in the field without the need for any special material/equipment/instrument to enable such programming. A down loading facility with suitable hardware and software via a PC should be provided The control panel should have total control over the sensor in all the respects. It should allow for sensitivity/ alarm level programming for sensor so that the system can be tailored to relevant site conditions Sensors The Addressing mechanism for all the devices shall be through a DIP SWITCH and not through soft programming. The Address should be logged on to the stationary base, rather than on the Detector head, to ensure ease of maintenance The Dip-switch should be below the sensor Head (in Base) to prevent the ingress of dust and other foreign matter Each detector should incorporate a LED for identifying the device in alarm. In the alarm condition, the LED should illuminate continuously until the system is reset. 45

35

36 37 38

39

40

41

42

43 44 45 46 47 48 49 50 51

52 53 54 55 56 57 58 59

In the normal working condition, the device LEDs will remain in off mode Analogue Addressable Heat Sensor shall be compatible with a common base. Unit shall be a combination of Fixed Temperature Element and Rate of rise Element. It must be approved by UL, FM, LPC, VdS, CNPP or a similar laboratory. The rate of rise operation should be selectable between 15F (8.3C) per minute or a 20F (11.1C) per minute. Fixed Temperature setting should be entirely independent of the Rate of rise operation and should operate at three different levels All sensors should be low profile and have an earth bonding point on each sensor base Electronic components of the unit should be completely shielded to protect against False Alarms due to EMI and RFI. The detector should contain a functional test switch (magnetically operated) that when operated, will test the electronics of the unit and put it into the alarm state. Such testing should not actuate the auto suppression system The Fire alarm Panel should have a facility to integrate with FM-200 system so as to release it in case of fire in a particular area after a preset time delay, without the use of a separate Gas Release Panel The bidder must provide 5 years onsite warranty with 98% uptime

60

61

62

9. Smoke detection system : Industry standard smoke detector system

10. Access Control system: S.No 1 2 3 4 5 Technical Specifications The Access Control System shall be used to serve the objective of allowing entry and exit to and from the premises / restricted areas within the facility to authorized personnel only Controlled Entries to defined access points Controlled exits from defined access points Controlled entries and exits for visitors. Configurable system for user defined access policy for each access point Compliance

46

6 7 8 9 10 11

Record, report and archive each and every activity (permission granted and / or rejected) for each access point. User defined reporting and log formats. Fail safe operation in case of no-power condition and abnormal condition such as fire, theft, intrusion, loss of access control, etc. Day, Date, Time and duration based access rights shall be user configurable for each access point and for each user. One user can have different policy / access rights for different access points. It should be possible to use the access devices like biometrics, proximity card readers, push buttons, manual switches, etc. in user defined combination for any and all of the access points. Access control system shall be designed and integrated with the access gates / doors. The system employed shall be based on combination of Proxy card Readers (with PIN and without PIN) for the critical areas, and Proximity Reader for less critical areas System offered shall have minimum false denial of access. It shall not grant the access to the unauthorized entity under any circumstances System shall be compatible to the Proximity cards to be provided by the Bidder. System should have anti-pass back feature with time scheduling and zonal access defined The bidder shall design, engineer, supply/manufacture, install, configure, integrate, commission and test the Access Control System at the doors, indicated The bidder shall provide enough quantity of proximity cards (for authorized users and visitors) with identity information such as photo, name, position, etc Power supply system and battery back up as required shall be in the scope of Bidder Door position sensors shall be provided as required and shall be properly integrated with the Door Controller System and Application Software Application Software: The application software shall mean the access & time management software that shall be supplied together with the system in order to provide a Graphical User Interface (GUI) for human machine interface. It shall be same for both biometric and Proximity The software shall be capable of providing the required functionality as mentioned above as a minimum 47

12

13

14

15

16

17

18

19

20 21

22

23

24 25 26 27 28

Door Controller Suitable Door Controller system shall be provided. The door controller system must be intelligent and capable of controlling one doors having IN and OUT interface or 2 doors having only IN interface. Bidder to ensure that single point of failure shall affect the corresponding access door only. The door controller system shall store in its memory all the system parameters & card databases and shall be virtually independent of the network server for its regular operations. It shall also update the network server of the card entry / exit transaction data with time & date stamp when the network is online. If the network is off line, the door controller system shall store such data in its internal memory & transfer the same to the server as and when it comes back on line Proximity Card Reader The unit shall be capable of reading the card without physical contact. The card reader shall only read the card data & pass it on to the door controller system for validation. The card reader, on its own may not take any decisions for granting / denying the access. Card reader shall have keypad for PIN facility. Two-factor authentication is envisaged for entry to the access points. Card reader shall have the indications for entry granted, entry denied and reader fault. Proximity Card Reader with Keypad The unit shall be capable of reading the card without physical contact. The card reader shall only read the card data & pass it on to the door controller system for validation. The card reader, on its own may not take any decisions for granting / denying the access. The Card Reader shall have a RED/GREEN Led Indication to highlight the User Access. The card Reader must be slim and capable of directly mounting on the provided surface. The card reader must be able to communicate with the controller employing a RS232 Format.

29

30 31 32 33 34 35 36 37 38 39 40 41 42 43 44

48

45 46 47 48 49 50 51

The Card Reader will have a Keypad on the front facia for the PIN. The PIN will be used for verification of the user along with the Card INPUT Proximity Card The proximity card shall mean the access card that is capable of being read without a direct contact by the proximity card reader. The Proximity card should be of ISO Thickness and employ 125 Khz for Transmission. The proximity card profile shall be designed and agreed with the Bidder during the engineering stage. All the cards issued for the various facilities shall have a common facility code to allow inter operability of the cards from one access point to another. The card numbers shall be unique to each card & the systems at each facility shall permit access only to select card numbers, based on the programming Electro Magnetic Locks The Electro Magnetic Lock (EML) shall mean a locking mechanism that works on the principle of electromagnetic attraction. The EML shall be installed on single swing flush doors. The door controller system shall control the EML. The type and specification of the locks shall be in accordance with the door design and specification and also door controller system. The locks should be of sufficient strength to withstand forced attack to open the door Other devices such as Manual Switches, Push Buttons, and Mechanical over ride etc. As required and compatible with the overall system offered by the bidder Cables As required and in accordance with the general specifications guidelines provided in Electrical Distribution System section and Product Parameters defined hereunder Door Controller System Card Capacity 9999 Number of Readers 2

52 53 54 55 56 57

58

59 60 61 62 63 64

49

65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82

Door Control 2 Door Unidirectional or 1 Door Bidirectional Communication Port RS-232, RS-485 Communication Speed 9600 baud System Password 6 digits Protection Password 4 digits Alarm Inputs - 3 Alarm Inputs Alarm Outputs 1 Alarm Outputs LCD Display 2 Lines, 8 Characters/line Proximity Card Reader Frequency 125 KHZ Read Range 5 15 cm Output Format RS-232 Format Proximity Card Reader with Keypad Frequency 125 KHZ Read Range 5 15 cm PIN 4 digit Output Format RS-232 Format Network 127 Controllers must be able to connect through RS 485 type multi drop network with peer-to-peer communication for transferring templates enrolled in one unit to the other units on the same network. PC Connectivity RS 232 communications with PC software for comprehensive setup & management utilities including taking back up of templates on a PC Proximity Card Frequency 125 KHZ

83

84 85 86 87

50

88 89 90 91 92 93 94 95 96 97 98 99

Read Range 5 15 cm Power Source only from reader no internal batteries Electro Magnetic Locks Application - Surface mount on single leaf, single swing doors Holding force - minimum 200 Kg Power consumption - 12VDC, 375 ma Max Duty cycle Continuous 100 changeovers Data cables for controller & FPR networking 12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper cable and it should be run in suitable conduits. CAT 5 Cable for Data Transmission in Suitable Conduit Data cables between controller & door 12C x 1.0 Sq. mm. PVC insulated & sheathed, twisted pair, shielded copper cable and it should be run in suitable conduits. CAT 5 Cable for Data Transmission in Suitable Conduit

11. Surveillance System: S.No Technical Specifications A. General Specifications: 1 Data Centre surveillance offerings meet the needs of preventative monitoring solution that provides the advance warning necessary to prevent small issues from becoming big disasters, while increasing uptime, product lifespan, and resource efficiency. 2 Data Centre surveillance offerings meet the needs of Active monitoring of unsupervised, mission critical NIC data Centre and the systems working there, to provide continuous business availability 3 Data Centre surveillance offerings meet the needs of Protections of NIC Data Centre and its valuable contents, like IT equipment, from damage due to water leaks, high or low temperatures, smoke or dust, humidity, vandalism, theft, and many more dangerous environmental and physical factors Compliance

Data Centre surveillance offerings meet the needs of monitoring all the human movement area , racks aisle , emergency exit etc. B. Surveillance equipment for passage , Noc & human moving areas.

51

2 3 4 5 6

The device installing in this area have houses the processor, memory, I/O, and network connections. And it should acts as the centralized host for all connected pods and add-on software applications. It should provides threshold types such as rate-of-increase, rate-of-decrease, abovemaximum-toolong, and below-minimum-too-long for numeric sensors, and error-value-too-long for door and dry contact sensors. Each sensor can have more than one threshold, and each threshold can be assigned different severities, allowing for custom crafted responses to different levels of problems. andalsoT Linux-based Alerts and sensor data can be posted to web servers using built-in HTTP post support, or can be forwarded to other systems using FTP data delivery Alerts are sent using e-mail, SNMP traps, or SMS/GSM Web-accessible. View data using a web browser or the client Advanced View application Integrated 10/100 Mbps Ethernet network interface Need to be a wall mounting equipment with mount bracket enables 360 positioning

C. Surveillance equipment for passage , NOC & human moving areas - Specifications 1 2 Indicators : Device status, alert, network speed, and network activity LEDs. Additional Camera pods : Supports up to 4 additional camera pods (Camera Pod or CCTV Adapter Pod ). 3 Connectors : Ethernet: RJ-45 to Cat 5 network wiring. Serial: DB-9 receptacle. Power: Dual -5/3.3v vdc power brick. External Device Connectors: 4 USB-A ports, 1PC Card slot. 4 Protocols : SSL, TCP/IP, HTTP, SMTP, SNMP, DHCP, DNS, Socks V4 or V5 Proxy server, GSM/SMS/GPRS. 5 Network Interfaces : Ethernet 10/100 Mbps standard, optional 802.11a/b/g, GSM/SMS, PPP modem. 6 Management Interface : Internet Explorer v 5.5 or later; Netscape Navigator v 4.79, 6.0 or later; Mozilla 1.3 or later. 7 Operational Environment : Temperature: 2 to 50 C , Relative Humidity: 10% to 90% (no condensing) 8 Regulatory Certification : FCC Class A, CE, VCCI on system, UL on power supply. D. Audio/Video monitoring solution 1 A professional-quality audio/video monitoring solution, which provides digital video and audio monitoring capabilities , combined with the built-in imager, provides high-resolution 24-bit color video, while the integrated microphone enables audio monitoring. 2 Its Image processor should generates 24-bit color images, up to 1280 x 1024 resolution and up to 30 frames per second

52

It should Integrated with a microphone plus a microphone jack, which provides the ability to monitor and capture audio from either the location in which the pod is installed or (using an external microphone) at another point of interest 4 Speaker/headphone jack that can be used with powered speakers to provide audio alert output 5 It should have Door Switch Sensor jack & Camera-based motion detection 6 Need to be a wall mounting equipment with mount bracket enables 360 positioning E. Audio/video monitoring solution 1 Imager : Image processor generates images up to 1280 x 1024 resolution, 24-bit color, and up to 30 fps. 2 Lens : 35W by 28H C-mount lens with included CS adapter (field of view up to 64W x 53H, depending on imager mode and image resolution). Can be replaced by any CS- or C-mount lens designed for use with a .5 or larger imager. 3 External Connectors : Door switch sensor, external microphone jack, and stereo headphone/powered speaker jack. (Magnetic door sensor supplied.) 4 Camera Motion Sensing : Built in, region maskable, user-defined sensitivity. 5 Indicators : Power on, audio recording activity. 6 Operational Environment : Temperature: 2 to 50 C , Relative Humidity: 10% to 90% (noncondensing) F. Environment monitoring devices 1 This device must have integrated sensors for temperature, humidity, dew point, airflow, and audio. Four PS2-style external sensor ports allow attachment of external analog sensors, including Amp Detectors and external temperature and humidity sensors. A wide variety of dry contact sensors (such as glass break, vibration, smoke, and condensation sensors) also can connect to these ports. 2 LEDs on the pod provide a visual indicator of the sensor status 3 Powered via USB: No additional power required for this device at its installed point G. Environment monitoring devices - Should measure 1 Temperature : Range: 2 to 50C. Accuracy: +/- 1C typical. 2 Relative Humidity : Range: 10% to 90% (non-condensing). Accuracy: +/5%RH. 3 Air Flow Rate : 0-1,000 Meters Per Minute (0-3,281 Feet Per Minute). Audio : Built-in acoustic sensor detects audio above set level. 4 Indicators : Temperature out-of-limit, humidity out-of-limit, airflow out-oflimit, sound detected, external sensor violation detected. 5 Operational Environment : Temperature: 2 to 50 C , Relative Humidity: 10% to 90% (noncondensing)

53

12. Data Center Lighting System: S.No 1 Technical Specifications Lighting circuit wiring shall be laid in PVC conduit / Aluminum race ways concealed in brick wall / cleated on ceiling using 2 nos. 2.5 sq. mm. PVC copper wire & 1 no. 1.5 sq. mm PVC copper earth wire The bidder shall carry out design, engineering, installation, wiring, connections, testing and commissioning of the lighting system Lighting fixtures & Point wiring shall be supplied, erected, connected and tested as required in the entire Server/Datacenter Facility Illumination level shall be maintained between 400 Lux in all Server/Datacenter Area 2X36 W CFL Mirror Optics reflector, anti-glare ceiling/recessed mounted light fixtures with CFL shall be used The Bidder must provide 5 years onsite warranty with 99% uptime Compliance

2 3 4 5 6

13 . Anti Static flooring : Anti static paint to the flooring 14. Civil & Electrical Earthling : S.No 1 Technical Specifications Customer scope shall be limited to providing power source (cable) at the Service Provider point of supply. Further to this source, all requirements shall be in Bidders scope. The bidder shall design, engineer, supply/manufacture, test, erect, install, connect, commission and site test the Electrical Distribution System for any and all power requirements within the Server/Datacenter Facility. All wiring shall be laid in powder coated MS conduits / Aluminum raceway All power cables shall be PVC insulated type. All cables shall be armored cable type except where flexibility required does not permit use of armored cable Electrical should have adequate provision for utility power points in each and every area of the Server/Datacenter Bidder shall design and implement anti- static EMI / RFI protection arrangement, wherever necessary This shall include, but not be limited to UPS, Lighting system, ACDB system and input power to various sub systems of the Server/Datacenter. Design, engineering, supply, section, wiring, commissioning and testing of server racks are in the Bidders scope. Compliance

2 3 4 5 6 7 8

54

9 10

11

Bidder shall design the electrical system considering the various loads it has to cater to. The technical specifications and the scope for various items provided herein need to be verified by the Bidder. Bidders scope shall include end to end system that is designed and implemented according to various applicable standards / regulations and meets total requirement for the Server/Datacenter Facility Final quantities for cables, wires, casing and capping shall be based on actual consumption measured at the time of commissioning and acceptance Earthing system required to be specified by the bidder, shall be in customer scope Specs for Civil All civil works pertaining to data center including partition, glass view, fire proof doors to be included False ceiling in bidders scope

12 13

14 15

55

Annexure 06

National Institute of Technology


Warangal 506 004 Phone: +91 870 2459191 Fax: +91 870 2459 547

INSTRUCTIONS TO BIDDERS Due date and time of submission of bids : 10th March 2010 at 10.30 AM Due date and time of opening of Technical Bids : 10th March 2010 at 11.00 AM Due date and time of opening of Price Bids : 10th March 2010 at 11.00 AM -----------------------------------------------------------------------------------------------------The instructions given below must be read very carefully, as failure in compliance with any of these may render the offer liable for rejection. If a bidder has any doubt about the meaning of any stipulation herein, General Purchase Condition, specification of materials or any other enclosed document, he should immediately obtain the clarification/ information in writing from Director, NIT Warangal- 506 004 1. Earnest Money Deposit (EMD) 1.1. Offers must accompany EMD for an amount of Rs. 3,00,000/-(Rupees Three Lakhs Only) by way of DD/Pay Order/Bankers cheque, in the name of Director, NIT Warangal at any of the Nationalized bank branches situated in Warangal. 1.2. Submission of EMD in any other form shall not be considered and shall be treated as disqualification. 1.3. The EMD shall be forfeited, if i) Bidder withdraws the bid before expiry of its validity. ii) Successful bidder does not accept the order/LOI or fails to enter into a contract within validity period of offer. iii) Successful bidder fails to furnish Security Deposit within 30 days from the date of issue of P.O./ LOI The fact of having enclosed the EMD, in requisite forms as indicated in 1.1 shall 1.4. clearly be superscribed on the sealed envelope. Failing which they are liable to be disqualified. 1.5. The EMD of unsuccessful bidders shall be returned to them, as soon as purchase decision against the tender is taken. Acceptance of NITW Payment Terms

2.

The standard payment terms shall be


i) Within the Contractual delivery period: 90% of the all inclusive price of the materials will be paid on receipt and acceptance of the material in good condition, installation and commissioning of the equipment supplied at site against furnishing of Bank Guarantee for 10% value of the contract covering the guarantee period and the balance 10% will be paid after 90 days thereafter and after completion of the delivery formalities. ii) Beyond the contractual delivery period: 80% of the all inclusive price of the materials will be paid on receipt and acceptance of the material in good condition, installation and commissioning of the equipment supplied at site against furnishing of Bank Guarantee for 10% value of the contract covering the Guarantee period and balance

56

20% after 90 days thereafter subject to effective performance of the contract and settlement of liquidated damages etc.

3.

Price Basis The prices quoted shall be on FOR DESTINATION basis as per annexure-04, and also shall include: (a) Transit Insurance: (b) All Taxes, Duties and Levies.

4.

Cost Compensation for Deviation: Deviations specifically declared by the bidders in respective Deviation Schedules of Bid Proposal Sheets only will be taken into account for the purpose of evaluation. The bidders are required to declare the prices for the withdrawal of the deviations declared by them in the Deviation Schedules. Such prices declared by the bidders for the withdrawal of the deviations in the Deviation Schedule shall be added to the bid prices to compensate for these deviations. In case prices for the withdrawal of deviations not furnished by the bidder, the owner shall convert such deviations into a Rupee value and add to the bid price to compensate for these. In determining the Rupee Value of the deviations, the owner will use parameters consistent with those specified in the specifications and documents and/ or other information as necessary and available with NITW. In case the bidder refuses to withdraw the deviations at the cost of withdrawal indicated by the bidder in the deviation schedule, the EMD of bidder shall be forfeited. Bidder may note that deviation variations and additional conditions etc. found elsewhere in the bid other than those stated in the Deviation schedules, save those pertaining to any rebates, shall not be given effect to in evaluation and it will be assumed that the bidder complies with all the conditions of Bidding Documents. In case bidder refuses to withdraw, without any cost to NITW, those deviations, which the bidder did not state in the Deviation Schedules, the EMD of the bidder may be forfeited.

5.

Offers should strictly be in conformity with specifications/ drawings/ samples as stipulated in the enquiry. In case no deviations are indicated, it shall be taken for granted that item (s) has/ have been offered strictly as per the requirements given in the enquiry. Delivery 6.1 Delivery Schedule The Supply, Installation, and Commissioning of the material: The bidder shall offer his best, realistic and firm delivery, which shall be specific and guaranteed. Delivery period shall be reckoned from the date of LOI/P.O. whichever is the first intimation of acceptance of bidders offer. Final date of delivery shall be evidenced by date of dispatch of materials as per transporters Lorry Receipt/ Goods Receipt/ RR/ PWB/ AWB. In case stage inspection or pre- dispatch inspection is involved, the bidder shall take into account 15 days notice to NITW to depute Inspection Engineer. In view of this, delivery time shall be inclusive of time taken for inspection. For delivery beyond contractual delivery period, provisions of General Purchase Conditions shall apply.

6.

57

6.2. Early Delivery: It shall be noted that if an order is placed on higher bidder, in preference to lowest acceptable offer, in consideration of an earlier delivery, the bidder shall be liable to the NITW, the difference between the ordered rate (s) and the rate (s) quoted by the lowest acceptable bidder in case the bidder fails to complete the supply in terms of such order within the date (s) of delivery specified in the tender and incorporated in the order. This is without prejudice to other right under terms of order. 7. It is not binding on NITW to accept the lowest or any bid. NITW reserves the right to place orders for individual items with different bidders and to revise the quantities at the time of placing the order. The quoted rates, terms and conditions shall apply. The order for the materials may also be split up between different bidders to facilitate quick delivery of critically required materials. NITW further reserves the right to accept or reject any/ all bids without assigning any reasons thereof. NITW at its sole discretion unilaterally may change the quantities to the extent of 20% as indicated in tender enquiry. The successful bidder shall be bound to supply these quantities on the same rate and terms and conditions. Bidders are requested to fill in the enclosed proforma for Terms and Conditions (Annexure-08) and submit the same along with their offer. Orders placed against this tender enquiry shall be subject to General Purchase Conditions of NITW, a copy of which is enclosed. Bidders are requested to confirm acceptance in Toto in their offer. Make/Brand of items offered shall be specified failing which offers are liable to be rejected. It shall be appreciated if one copy of detailed descriptive literature/ pamphlets shall be enclosed along with the offer which may help technical evaluation. In case material offered is ISI marked/tested at any Govt. recognized test house; copies of relevant certificate shall be furnished along with the offer. Test certificate of manufacturer/ Govt. Test House shall be submitted if so stipulated. If the bidder is on DGS&D Rate Contract for item (s) covered in tender enquiry. A copy of the same shall be enclosed along with the offer. SSI /NSIC units shall furnish a copy of registration certificate.

8.

9.

10.

11.

12.

13. 14.

58

Annexure 07

National Institute of Technology


Warangal 506 004

GENERAL PURCHASE CONDITIONS SECTION- I GENERAL

The following terms and expressions used herein shall have the meaning as indicated therein: Supplier/ Vendors shall mean the individual firm or company whether incorporated or otherwise in whose name this purchase order is addressed and shall include its permitted assigns and successors. Purchaser shall mean National Institute of Technology, Warangal Reference: This purchase order number must appear on all the correspondence, packing slips, invoices, drawings or any other document or paper connected with this purchase order. Waiver: Any waiver by the authority of any breach of the terms and conditions of the purchase order shall not constitute any right for subsequent waiver of any other terms or conditions. Sub-letting and Assignment: The supplier shall not, save with prior consent in writing of the NITW, sublet, transfer or assign this order or any part thereof or interest therein or benefit or advantage thereof in any manner, whatsoever. Nevertheless that any such consent shall not relieve the supplier from any obligation, duty or responsibilities under the contract. Information provided by NITW: All drawings, data and documentation that are given to the supplier by the NITW for the execution of the order are the property of the NITW and shall be returned back when demanded. Except for the purpose of executing the order of the NITW, supplier shall ensure that the above documents are not used for any other purpose. The supplier shall further ensure that the information given by the NITW is not disclosed to any person, firm, body, corporate and/or authority and make every effort that the above information is kept confidential. All such information shall remain the absolute property of the NITW. 1.5 Suppliers Liability: Supplier hereby accepts full responsibility and indemnifies the NITW and shall hold the NITW harmless from all acts of omission and commission on the part of the supplier, his agents, his subcontractors and employees in execution of the purchase order. The supplier also agrees to defend and hereby undertakes to indemnify the NITW and also hold it harmless from any and all claims for injury to or death of any and all persons including but not limited to employees and for damage to the property arising out of or in connection with the performance of the work under the purchase order.

59

1.6

Access to suppliers Premises: The NITW and / or its authorized representative shall be provided access to suppliers and / or his sub-contractors premises, at any time during the pendency of the purchase order, for expediting the supplies, inspection, checking etc.

1.7

Addition/ Alterations/ Modifications: The NITW reserves the right to make additions/alterations/ modifications to the number of participants to be trained after issue of work order to the successful Tenderer. The Firm should train such participants also at the same rate as originally agreed to and incorporated in the work order to be placed on the successful Tenderer. The variation shall, however, be limited to 20% of the ordered quantity.

1.8

Modifications: This purchase order constitutes an entire agreement between the parties hereto. Any modification to this order shall become binding only upon the same being confirmed in writing duly signed by both the parties.

1.9

Inspection/checking/testing: All materials/ equipment to be supplied against this purchase order shall be subject to inspection/ checking/ testing by the NITW or its authorized representative at all stages and places, before, during and after the manufacture. All these tests shall be carried out in the presence of authorized representative of the NITW. Supplier shall notify the NITW for the inspection of materials/ equipment when they are ready, giving at least 10 days notice. If upon receipt at our Stores, the material/equipment does not meet the specifications, they shall be rejected and returned to the supplier for repair/modification etc. or for replacement. In such cases all expenses including to- and- fro freight, re-packing charges, transit insurance etc shall be to the account of supplier. Inspection by the authorized representative of the NITW or failure of the NITW to inspect the material/equipment shall not relieve the supplier of any responsibility or liability under this purchase order in respect of such material/ equipment not be interpreted in anyway to imply acceptance thereof by the NITW. Whenever specifically asked for by the NITW, the supplier shall arrange for inspection/testing by Institutional Agencies such as Lloyds Register of Industrial Services, Boiler Inspectorate, RITES etc In such cases vendor shall adhere to the inspection/ testing procedures laid down by such agencies. All expenses including inspection fees shall be to the suppliers account unless agreed to the contrary and specified in the purchase order.

1.10

Packing and Marking: All materials/equipment shall be securely packed to the requirements of transportation by Rail/ Road/ Sea transport. All exposed services/ connections/, protrusions shall be properly protected. All unexposed part shall be packed with due care and the packages should bear the words handle with care. The packing requirements of Rail/ Road transport shall be complied with so as to obtain clear Railway Receipt/ Lorry Receipt i.e. without any qualifying remarks. All packages and unpacked materials shall be marked with the name of Consignor, Consignee, Purchase order No., gross and Net weight, sign of handling, if any, with indelible paint in English at least at two places. In case of bundles, metallic plates marked with the above details shall be tagged with such bundles.

1.11

Dispatch of Materials: The supplier is responsible for the safe delivery of the goods in good condition at destination stores. The supplier should acquaint himself of the conditions obtaining for handling and transport of the goods to destination and shall include and provide for security and protective packing of the goods so as to avoid damage in transit. After packing the materials/ equipment those shall be dispatched

60

strictly as per the provision of purchase order. In case any changes in the mode of transportation and/or transporter has to be done, the same shall be done only after obtaining prior approval in writing failing which documents for advance payment through bank shall not be honored. Normally the goods shall be dispatched through our approved transporter only as indicated in the purchase order. All formalities related to allotment of wagons, loading permission from Railways shall be completed by the supplier. The supplier shall communicate immediately the dispatch details to the consignee as specified in the purchase order. The Original dispatch documents either directly or through bank shall be forwarded immediately, failing which the supplier shall be responsible for any delay in payment and consequential payments of demurrage and wharfage to the transporter.

1.12

Demurrage/Wharfage: If the documents are routed through Bank, any consequential charges i.e. demurrage/ wharfage charges, due to late retirement of documents on account of (i) violation of inspection clause i.e. dispatch of materials without pre-dispatch inspection whereas Pre-dispatch inspection is required as per the condition of P.O. (ii) materials dispatch after expiry of delivery period without obtaining approval in advance for extension of delivery period (ii) dispatch of materials not through authorized transporter as indicated in the P.O. (iv) late receipt of invoice or due to violation of any other clause (s) of the purchase order, will be to suppliers account. Supplier shall also be responsible for all such payments due to late receipt of RR/LR and other documents.

1.13

Jurisdiction: All and any disputes or difference arising out of or touching this order shall be decided only by the Courts or Tribunals situated in Warangal. For the purpose of any legal obstruction, the material, spares etc., should be deemed to pass into companys owner ship only at the destination stores where they are delivered and accepted.

1.14

Validity of offers: The offers shall be valid for a period of 120 days from the date of opening of bids. The period of validity cannot be counted from any other date other than the date of opening the bids. During this period bidder shall not be permitted to withdraw or vary their offers, once made and if they do so, the EMD shall be forfeited

SECTION 2

FINANCIAL

2.1.

Prices: Prices quoted shall be inclusive of all taxes and firm till completion of the programme. Security Deposit (SD)

2.2.

2.2.1. The successful bidder shall furnish within one month from the date of issue of LOI/ PO (if the value of order is above Rs. 1,00,000) security deposit equal to 2.5% of value of purchase order for proper fulfillment of the terms and conditions of the contract and full execution of supplies thereof. The amount of security shall be forfeited to the extent of financial loss suffered by the NITW, if supplier fails to execute the order and fulfill its terms and conditions.

2.2.2. SSI/ NSIC Units shall be exempted from payment of SD.

61

2.2.3. Security deposit may be furnished by Demand Draft drawn on any scheduled bank, payable to NITW or bank guarantee from any scheduled bank in prescribed proforma which shall be furnished along with purchase order (Bank guarantee shall be accepted only if amount of SD is above Rs. 10,000) 2.2.4. Security deposit shall be returned back to the supplier as soon as order is fully executed and supplier has met all contractual obligations and there is nothing outstanding either against this purchase order or any other purchase order placed by the NITW on the supplier.

2.3.

Terms of Payment:

i)

Within the Contractual delivery period: 90% of the all inclusive price of the materials will be paid on receipt and acceptance of the material in good condition, installation and commissioning of the equipment supplied at site against furnishing of Bank Guarantee as stated in Annexure - 10 and 11 for 10% value of the contract covering the guarantee period and the balance 10% will be paid after 90 days thereafter and after completion of the delivery formalities. Beyond the contractual delivery period: 80% of the all inclusive price of the materials will be paid on receipt and acceptance of the material in good condition at site, installation and commissioning of the equipment supplied against furnishing of Bank Guarantee as stated in Annexure - 10 and 11 for 10% value of the contract covering the Guarantee period and balance 20% after 90 days thereafter subject to effective performance of the contract and settlement of liquidated damages etc.

ii)

2.3.1 Payments shall be made through Account Payee cheque only. Bank charges if any shall be borne by the supplier. 2.3.2 If the Firm has received any over payments by mistake or if any amounts are due to the NITW due to any other reasons, when it is not possible to recover such amount under the contract resulting out of this order the NITW reserves the right to collect the same from any other amounts and/ or Bank Guarantee given by the supplier due to or with the NITW. 2.4 Liquidated Damages/ Failure and Termination:

2.4.1 In the event of any delay in the supply of Material beyond the stipulated date or any delay in supply of material beyond the stipulated date of completion schedule including any extension permitted in writing, the NITW reserves the right to recover from the supplier a sum equivalent to 0.5% of the value of delayed materials/equipment for each week of delay and part thereof subject to a maximum of 5% of the total value of the order. 2.4.2 Alternatively, the NITW may resort to give the contract elsewhere at the sole risk and cost of the supplier and recover all such extra cost incurred by the NITW in procuring the materials by above procedure. 2.4.3 Alternatively NITW may cancel the Purchase Order completely or partly without prejudice to its right under the alternatives mentioned above. 2.4.4 In case of recourse to alternative 2.4.2 and 2.4.3. above, the NITW shall have the right to repurchase the materials which is readily available in the market to meet the urgency of requirements caused by suppliers failure to comply with the scheduled

62

delivery period irrespective of the fact whether the material/ equipment are similar or not. 2.4.5 Delivery Schedule: Time is essence of this order and no delay shall be allowed in the delivery time/ delivery schedule mentioned in the purchase order. Delivery of equipment/materials described shall be deemed to constitute acceptance of this order and terms and conditions by the supplier at the price specified. 2.4.6 Early Delivery: It shall be noted that your assurance of earlier delivery, this order is being placed on you, in preference to the lowest acceptable bid (s). In the event of failure to complete supplies against this order within the date of delivery specified herein you would be liable to pay to the NITW, the difference between ordered rates and those of lowest acceptable bid, not withstanding the fact that delay in supply may have been caused by force majeure. This is without prejudice to the right of NITW to recover all other losses and damages resulting from delayed supplies, including right of cancellation of order.

2.5

Performance Bank Guarantee: The supplier shall ensure that all materials/equipment under this purchase order shall conform to NITWs requirements and specifications. An additional security in the form of Performance Bank Guarantee is essential for satisfactory performance of the equipment over a period of time. In view of this, suppliers of equipment/instruments/ machinery shall be required to furnish a Bank Guarantee (10% of order value) as follows against any manufacturing defects/ poor workmanship/poor performance. In case any deficiencies are found during this period, the same shall be repaired/rectified/replaced free of cost. Bank Guarantee shall be from any Scheduled Bank or any other bank as approved by NITW from time to time in the prescribed Performa (Annexure-11)

Bank Guarantee for 10% of the order value with validity up to 36 months from the date of installation.

The NITW shall at its discretion have recourse to the said bank guarantee for recovery of any or all amount due from, the supplier in connection with the purchase order including of guarantee obligations. Checking/approval of suppliers drawings, inspection and acceptance of materials/equipment furnishing to effect shipment and/or work done by erection, installation and commissioning of the equipment by NITW or any other agency on behalf of the NITW shall not in way relieve the supplier from the responsibility for proper performance during the guarantee period.

2.6

Insurance: Supplier shall arrange suitable insurance cover at their risk and cost.

2.7

Removal of Rejected Goods and Replacement:

63

a) If upon delivery, the material/equipment is found not in conformity with the specifications stipulated in the purchase order, whether inspected and approved earlier or otherwise, those shall be unacceptable to the NITW or its authorized representative. A notification to this effect shall be issued to the supplier, normally within 30 days from the date of receipt of materials at our Stores. b) Supplier shall arrange suitable replacement supplies and remove the rejected goods within 30 days from the date of notification failing which, the goods shall be dispatched to vendor by road transport on freight to pay basis at supplier risk and cost. c) External damages or shortages that are prima-facie the results of rough handling in transit or due to defective packing shall be intimated within a fortnight of the receipt of the materials, spares etc. In case of internal defects, damage or shortages or any internal parts, which cannot ordinarily be detected on a superficial visual examination, though due to bad handling in transit or defective packing should be intimated within 3 months from the date of receipt of these articles. In either case the damaged or defective materials should be replaced by the supplier free of cost to the company. d) If no steps are taken within 15 days of receipt of intimation of defects or such other reasonable time as company may deem proper to afford, the company may without prejudice to its other rights and remedies arrange for repairs/rectification of the defective materials or replace the same and recover the expenditure incurred from the deposits such as EMD, SD and performance guarantees or other monies available with the company or by resorting to legal action. e) However, if any advance payment had been made by the NITW for the goods so rejected on technical ground, rejected materials shall be returned to supplier after receipt of suitable replacement supplies. If the supplier does not settle the rejection within a period of 60 days from the date of notification from stores, rejected goods shall be sent back to supplier at his risk and cost. The despatch documents shall be negotiated through bank to recover the advance payment already made. Supplier shall make the payment to the bank and take possession of dispatch documents so as to collect the materials from the Road Carrier. 2.8 Force Majeure: 2.8.1 The supplier shall not be liable for delay or failing to supply the of equipment for reasons of Force Majeure such as Act of God, Act of War, Act of Public Enemy, Natural calamities, Fires, Floods, Frost, Strikes. Lockouts etc. Only those causes which have duration of more than 7 days shall be considered for force majeure.

2.8.2 The vendors shall within 10 days from the beginning of such delay notify to the NITW in writing the cause of delay. The NITW shall verify the facts and grant such extension of time as facts justify.

2.8.3 No price variation shall be allowed during the period of force majeure and liquidated damages would not be levied for this period.

2.8.4 At the option of NITW, the order may be cancelled. Such cancellation, would be without any liability whatsoever on the part of the NITW. In event of such cancellation, supplier shall refund any amount advanced or paid to him by the NITW and deliver back any materials issued to him by the NITW and release facilities, if any provided by the NITW.

64

Annexure 08

National Institute of Technology


Warangal 506 004 Terms and Conditions
Bidders are requested to fill in the blank space and send the same along with offer in duplicate otherwise their offer will be either treated as non-responsive or suitable cost compensated for deficiencies as deemed fit by the NITW. 01. 02. 03. 04. 05. Tender Enquiry No., date and due date Offer/Tender No. & Date Name of the bidder Central/State Sales Tax Registration No. DGS&Ds Registration No., if any : : : : : ________________________ ________________________ ________________________ ________________________ ________________________

(Please enclose copy of rate contract, if any) 06. NSIC/SSI Registration No., if any (Copy of certificate to be enclosed) 07. 08. 09. Price Basis (F.O.R.) Discount, if any Packing and forwarding charges : Inclusive : : ________________________ Not Applicable. : ________________________

(If price basis ex-works) 10. Excise Duty

(if exempted, copy of certificate) 11. 12. 13. 14. 15. 16 Sales Tax Freight charges Terms of payment. Bank charges Delivery Period Earnest Money Deposit Details

: : : : : :

Inclusive Inclusive Inclusive As per NITW payment terms To be borne by supplier. As per Annexure 02

: As per clause no. 1.1 of Annexure-06

(If permanent EMD deposited, indicate Certificate No.) 17. Confirmation of submission of Performance bank Guarantee for 10% of order value

65

18. Guarantee Period

As per Annexure-02

We Confirm acceptance towards the following:

(i).

Transit Insurance:

We shall arrange suitable insurance cover at our risk and cost.

(ii).

Validity of offer:

120 days from the date of opening of Commercial bids

(iii)

Recovery of liquidated Damages:

In

case

of

delay

in

Execution of order beyond stipulated delivery liquidated Damages period, NITW reserves the right to recover from the vendor Liquidated Damages equivalent to 0.5% of the value of delayed materials for each week or part thereof subject to maximum of 5% of total value of Purchase Order.

(iv)

Part order:

Against any single item is not acceptable.

(v)

Price Variation: The prices quoted shall remain firm till execution of full order (in case of any specific price variation formula the same shall be mentioned)

(vi)

Rate Certificate: It is certified that prices quoted herein are the same as applicable to other Government Departments/ Public Sector Undertakings.

(vii).

Guarantee Certificate : As per Annexure 02.

66

Annexure -09

National Institute of Technology


Warangal 506 004
DEVIATIONS

Bidders Name and Address To


The Director, National Institute of Technology Warangal 506 004. Dear Sirs, Sub:- Supply of ____________________________________against enquiry/NIT No.___________________ dated________________. *** We confirm that following are the only deviations and variations from any exception to specifications and tender documents for the above mentioned subject supplies against enquiry/NIT No.________ which are irrespective of what-so-ever has been stated to the contrary anywhere else of our offer. These deviations and variations are exhaustive. Except for these deviations, the entire supplies shall be executed as per specifications and tender documents. Further, we agree those additional conditions, if any, found in our offer other than those stated below, save that pertaining to any rebates offered shall not be given effect to. _______________________________________________________________________
SL.No. Description of Deviation Ref. of page, Clause *Monetary Implications of the conditions of bid documents in case of withdrawal

Rs. (in figures)

Rs. (in words)

__________________________________________________________________________ *Note: Here the tenderer should indicate the amount of money, if any, which he would, charge extra (i.e. in addition to the rates quoted by him) for withdrawal of his conditions/deviations and accepting the condition as stipulated in tender documents. (Use additional sheet of the same size and format if necessary). Signature: ___________________________ Designation:

67

Annexure 10.

National Institute of Technology


Warangal 506 004
Guide-lines for Submission of Bank Guarantee towards EMD/Performance Security/ Security Deposit

The Bank Guarantee shall fulfill the following conditions failing which it shall not be considered valid:

1. Bank Guarantee shall be executed on non-judicial stamp paper of applicable value purchased in the name of bank.

2. Non-judicial stamp paper shall be used within 6 months from the date of purchase. Bank Guarantee executed on the stamp paper of more than 6 months old shall be treated as invalid.

3. The contents of the Bank Guarantee shall be as per our proforma (Annexure- 11).

4. The Bank Guarantee should be executed by a scheduled bank

5. The executor of Bank Guarantee (Bank Authority) should mention the Power of Attorney No. and date executed in his/her favour authorizing him/her to sign the document or produce the Photostat copy of Power of Attorney.

6. All conditions, corrections, deletion in the Bank Guarantee should be authenticated by signature of Bank Officials signing the Bank Guarantee.

7. Each page of Bank Guarantee shall bear signature and seal of the Bank.

8. Two persons should sign as witnesses mentioning their full name and address.

68

Annexure 11

National Institute of Technology


Warangal 506 004

BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY


This agreement has to be executed on a Non-Judicial stamped paper worth Rs.100/-

Whereas the here-in-after called (The Bidder) has submitted their bid dated.for the supply of.. (Here-in-after called the Bid) KNOW ALL MEN by these presents that we. (Hereinafter called the Bank) are bound unto Director, NIT, Warangal. Hereinafter called the purchaser) in the sum of Rs for which payment will and truly to be made to the said purchaser, the bank binds itself, its successors and assigns by these presents. Sealed with the common Seal of the said Bank this .day of200
We undertake to pay to the purchaser the above amount within one week upon receipt of its first written demand without the purchaser having to substantiate his demand, without referring to the supplier and without questioning the right of NITW to make such demand or the propriety or legality of the demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to any of the occurrence of the above mentioned conditions, specifying the occurred condition or conditions. Notwithstanding anything contained in the foregoing our liability under this guarantee is restricted to Rs._____________ (Rupees___________________________________ only). Our guarantee shall remain in force until __________. Unless a claim within 3 months from that date, all your rights under this guarantee shall be forfeited and we shall be relieved and discharged from all liability hereunder.

We _________________________ Bank Limited lastly undertake not to revoke this guarantee during its currency except with the previous consent of NITW in writing. Date the ________________Day ___________200 for ___________Bank Ltd.,

Signature:

Designation:

Address:

Seal:

Note: The Bank Guarantee shall be valid for a period of 270 days from the date of opening of prequalification / Technical Bid for EMD (or) date of P.O for Security deposit (or) date of commissioning for performance security, with a claim period of 3 months.

69

You might also like